HomeMy WebLinkAbout4.5b River Oaks Golf Course Improvements ProjectCity Council Action Request
Cottage
Grove
If -here Pride and Prp59eritY Meet
Meeting Date 10/5/2022
Department Parks and Recreation
Agenda Category Consent Agenda
Title River Oaks Golf Course Improvements Project
Staff Adopt resolution 2022-133 approving plans and
Recommendation specifications and establishing an October 27, 2022, bid
date for the River Oaks Golf Course improvement
project.
Budget Implication Professional consultant total project estimate - $2,079,524
Attachments Council Memo-R Oaks Bid Date.tif 190.38KB
Resolution - River Oaks Improvement Project.tif 297.1 KB
Plans Specs R Oaks.tif 27.68MB
River Oaks Specs 100% 220923 Irrigation only_
73.33MB
FINAL ISSUED.tif
if -
here Pride ... ?�Osperity Meet
To: Honorable Mayor and City Council
Jennifer Levitt, City Administrator
From: Zac Dockter, Parks and Recreation Director
CC: Dennis Neitz, River Oaks General Manager
Date: September 29, 2022
Subject: River Oaks Golf Course Improvements Project — Approve Plans & Specifications and
Establish Bid Date
Introduction
The River Oaks Golf Course has been in operation since 1991. The original irrigation system has
operated beyond life expectancy and is need of replacement. Council authorized the creation of plans
and specifications for the project at its' May 4, 2022 regular meeting and authorized bidding. Included
in that project proposal were several course improvement efforts such as tee box additions, hole
realignments, trail reconstruction, driving range modifications, tree removal and more. The final bid
date was August 18, 2022 with the City only receiving one bid on the project. On August 31, 2022
Council rejected all bids via resolution.
Background
After multiple reviews with the project team and industry professionals, staff is recommending that the
City bid out an irrigation -specific project. Doing so would remove the aforementioned course
improvement modifications proposed in the original bid and focus solely on irrigation system
replacement. The master plan will remain on file and staff will look at achieving some of those course
improvement projects as funding and/or in-house labor is available. Such improvements would be
planned for during regular budgeting processes and golf course operational management.
Total Project Cost Estimate
Given the revised scope of the project, the irrigation consultant Erik Christianson of EC Design Group
provides the following estimated total project costs:
Irrigation System Bid (includes professional services) $1,695,986
Project Contingency — 5% $ 84,799
Pre -purchased Irrigation Heads, Valves, Operating Systems $ 298,739
TOTAL PROJECT COSTS $2,079,524
*Note on page 54 of bid specifications that professional services are hired back into the bid and paid for
directly by the approved contractor for a total of $44, 500.
**Additional costs have been incurred for professional services to create the master plan on the original
bid package. Staff is still finalizing those costs incurred under the original master plan design contract.
That figure is not represented above.
EC Design is confident in the estimate provided for all irrigation parts and installation. However, they
recommend a 5% contingency to account for any underground unknowns that may occur during
excavation. Examples might include underground rock or debris that requires excessive
hauling/disposal and also requires black dirt purchase/hauling for backfilling. This is specified on page
56 under "Rock Clause" and requires upfront pricing per unit in the bid should the work be incurred.
Project Schedule
In order to promote a favorable bidding environment, staff is recommending the bid allow for project
completion by November of 2024. Work could commence as early as 2023 and is estimated to take
150 days to complete. Start and end dates are required in the bid document to assure the City
approves of the project timeline.
From previous workshop discussion, the current suggested funding mechanism for this project is:
$650,000 Water Conservation Fund
$100,000 Stormwater Utility Fund/SWWD Coordinated Capital Improvement Plan(CCIP)
$1,330,000 Economic Development Authority Loan
Plans, specifications and bidding procedures are included with this memo. Should Council approve
plans and specifications, the bid will be advertised on October 12 and 19 of 2022. The bid will be
advertised in the Pioneer Press and Finance & Commerce to meet state statute standards. A bid
opening date of 10am on October 27, 2022 is recommended.
Staff Recommendation
Adopt resolution approving plans and specifications and establishing an October 27, 2022 bid date for
the River Oaks Golf Course improvement project.
RESOLUTION NO. 2022-133
RESOLUTION APPROVING PLANS AND SPECIFICATIONS AND
ESTABLISHING A BID DATE FOR THE RIVER OAKS GOLF COURSE
IMPROVEMENTS PROJECT
WHEREAS, plans and specifications have been prepared in accordance
with the City standards and specifications for the River Oaks Golf Course
Improvement Project,
WHEREAS, a bid date has been established for October 27, 2022
WHEREAS, the Parks and Recreation Director has presented such plans
and specifications to the City Council for approval.
NOW THEREFORE BE IT RESOLVED, by the City Council of the City of
Cottage Grove, County of Washington, State of Minnesota, approves the plans
and specifications and establishes a bid date of October 27, 2022, for the River
Oaks Golf Course Improvement Project.
Passed this 5th day of October 2022.
Myron Bailey, Mayor
Attest:
Tammy Anderson, City Clerk
ICI
W �9
RIVER OAKS GOLF COURSE
SHEET DESCRIPTION
LI-0 COVER
LI-1 IMPACT COVERAGE PLAN
LI-2 HYDRAULIC PIPING PLAN
LI-3 ELECTRICAL SCHEMATIC PLAN
LI-4 SITE IRRIGATION PLAN
LI-5 IRRIGATION DETAILS c°�-00
Y
LI-6 PUMP DETAILS o 0
a
0— EVF�
G C�
O
IF �NER ow KS
Ll
77
,He cnoeoI—ON or ,He �RPIGATIoN CONS EI ON, _� TER ,Her ee NOTE, oa No.. """� ,"`', `�`�"" ,� Q���
0
,He .ENT or sao --ON 0
NONSNe,�, oNRNN,NE aooNN,wo �NSRNN,oN PERoo N wR,NN. 0
Al
Al
�rc
10, -11
LI-0
ID kp
Olt
a d p �o •�
�a, o
qr o 'cam J r'1 O 'f � � • C'�� �j O
}
ID
r J
L �✓
�� •• ,
1
�• � �, f 8 �.% a o i
i 7
T
o=�
-
r
NVUSAO�10 SOV110
3sam,00 J-100 SNVO N3AIN
-IVOIT�77
aaaaaa� 11111 100
m
sh
81
T•
(Do
---- — --- -------------
lid
of r
I FM El m 8 0
---- ---- 77A
ca Q,— 0
.0
---- ------
-- — ---- -----
ID
------------ 0
Ilil
o----------
ID
--- --------
0
ep (D
(D 0
0,
-cd)
0
IJ,
NVUSAO�10 SOV110
3s�mOO J-100 SNVO N3AIN
li
. vol!! 7�1!
0 100
1A
\
H N
0 0
1 m E F)
. ID
0 .,
(D 0
bt I ---
ID (D
00
NW'SAONO 3OV1100
3sNnoo =rioo SNVO N3AIN paaaaaa SlIV13a NOLLVOINNI 0 0
Oil 1
QNP
HU F
I"! MIN cq !egg IN !Nan
16
a hy gun; all 1, HAq NO Sam. onew-a A. low, to Ash a J, 3
A M�
INN,
AI NAM M
11 Ennui it is 1HR a emu! 1
�Hkl H
till! '11, 1611 p
;'L g
ea
11 ISM
1 MIR
2 py
a .0
aq
lei
Hij g
ai
Ell
2d
LF iA
rc
Ism
---- - -----
mi
Z
Ishii IN,
Amm NQ
WHIM No H B
NINO 1 1 11 1 1 HIN
6d No
Q � q
M21
M15
P a
REM 11H
111all
\
/ �\//\
e
Cottage
Grove
,?Vosperity Meet
October 6, 2022
Project Manual
River Oaks Golf Course Irrigation System
City of Cottage Grove, Minnesota
SECTION 00 01 10
TABLE OF CONTENTS
RIVER OAKS GOLF COURSE IRRIGATION SYSTEM
Project Manual
Introductory Information
00 01 10 -Table of Contents
Procurement Requirements
00 11 13 - Advertisement for Bids
0021 13 - Information for Bidders
0041 15 - Responsible Contractor Verification
0052 10 - Agreement Form
0061 13 13 - Performance Bond
0061 13 16 - Labor and Material Payment Bond
00 72 05 — General Conditions
Bid Form
Contractor Statement of Experience
Contractor Key Personnel
Division 01 - General Requirements
Section 01100
- Special Provisions
Section 01200
- Summary of the Work
Section 01250
- Substitution of Materials
Section 01300
- Temporary Facilities
Section 01700
- Contract Closeout
Division 02 — Site Work
Section 02440 - Irrigation
Exhibits
Exhibit A — Owner Wholegoods Order
Exhibit B — Owner Allied Product Order
2
ADVERTISEMENT FOR BIDS
Bids shall be placed in a sealed envelope and labeled River Oaks Golf Course Bid and delivered
to the City of Cottage Grove at 12800 Ravine Parkway S. Cottage Grove, MN 55016. All bids shall
be received prior to 10:00 am on Tuesday, October 27, 2022 at which time they will be reviewed
for the furnishing of labor, materials, and all else necessary for the following:
Digital copies of the Contract Documents can be obtained by emailing EC Design Group at
lisa(a)ecdesigngroup.com
Bids shall be accompanied by a ten percent (10%) Bid Bond or a certified check or cashier's check
in an amount equal to at least five percent (5%) of the total gross bid, the same to be issued by a
solvent bank authorized to operate in Minnesota and made payable to the City of Cottage Grove,
Minnesota. The bid bond, payable to the City of Cottage Grove, shall be forfeited as liquidated
damages in the event that the bid is accepted and the bidder shall fail to promptly enter into a
written contract and furnish the required bond.
Since this is a unique type of construction requiring specialized experience and equipment, only
General Construction Bidders having prior experience on golf course irrigation projects will be
considered. The contractor or individual responsible for installation of the irrigation system shall
have a 2 minimum of twelve (12) years of experience installing golf course irrigation systems of
comparable size including the installation of at least three (3) complete nine -hole golf course
irrigation systems within the past three (3) years.
This project is not subject to Minnesota Department of Labor and Industry Prevailing Wage
and Truck Rental Rates.
Dated this 6th day of October 2022.
3
Jennifer Levitt, City Administrator
City of Cottage Grove, Minnesota
Section 00 21 13
INFORMATION FOR BIDDERS
River Oaks Golf Course Irrigation
1. DATE OF RECEIVING BIDS
Bids shall be placed in a sealed envelope and labeled River Oaks Golf Course Bid
and delivered to the City of Cottage Grove at 12800 Ravine Parkway S. Cottage
Grove, MN 55016. All bids shall be received prior to 10:00 am on Tuesday,
October 27, 2022 at which time they will be reviewed for the furnishing of labor,
materials, and all else necessary for the following:
2. BIDS.
Each bid shall be legibly written or printed in ink on the form provided in this copy of
proposed contract documents. No alterations in bids, or in the printed forms therefor,
by erasures, interpolations, or otherwise will be acceptable unless each such alteration
is signed or initialed by the bidder; if initialed, the Owner may require the bidder to
identify any alteration so initialed. No alteration in any bid, or in the form on which it is
submitted, shall be made after the bid has been submitted. All addenda to the contract
documents, properly signed by the bidder, shall accompany the bid when submitted.
The bid form shall be completed in its entirety including and irrigation bid and a golf
course improvements bid. If the Prime Contractor cannot complete all work outlined in
the specifications, they may utilize subcontractors to complete the work. The
Questionnaire and forms shall be completed for all items applicable to the section's
bid.
3. DESCRIPTION OF WORK
Work includes installation of an underground irrigation system at River Oaks
GolfCourse, 11099 South Highway 61, Cottage Grove, MN 55016.
4. CONTRACT DOCUMENTS
Contract Documents consist of those documents as listed in Section 1 of the
General Conditions of the Contract.The form of these documents is on file in the
office of the Park & Recreation Department.
5. TIME SCHEDULE AND COMPLETION DATES
Two possible schedules may be considered:
Option One - 2023:
The Contractor shall commence construction beginning July 10, 2023. All
Irrigation installation work shall be completed by November 10, 2023 which
shall be known as the Substantial Completion Date or within such extra time as
may have been allowed by increases by formally approved extensions granted
by the Owner. Final completion shall be November 17, 2023 at which time all
work including clean-up and repair of haul roads, etc. shall be complete.
El
Option Two - 2024:
The Contractor shall commence construction beginning July 8, 2024. All
Irrigation installation work shall be completed by November 8, 2024 which shall
be known as the Substantial Completion Date or within such extra time as may
have been allowed by increases by formally approved extensions granted by
the Owner. Final completion shall be November 15, 2024 at which time all work
including clean-up and repair of haul roads, etc. shall be complete.
All work under this contract shall be completed in accordance with the
substantial completion and final completion dates stated in the Special
Provisions of the Contract Documents.
The Project will be considered complete when all work called for in the Contract
Documents has been completed and approved by the Owner's Representative.
6. WITHDRAWAL OF BIDS
Proposals may be withdrawn any time previous to the time stated for opening
bids, but no Proposal may be withdrawn for a period of thirty (30) days after the
time indicated for the receipt of bids.
7. PRE -BID MEETING
None.
8. QUESTIONS & SITE VISIT
All questions regarding the project bid requirements shall be directed, in writing, to EC
Design at lisa a-)ecdesigngroup.com and shall be submitted in writing prior to 3:00 pm
on Thursday, October 22, 2022. Bidder questions shall be answered on or before
12:00 noon on Friday, October 23, 2022. No bidder questions will be addressed after
3:00 pm on Thursday, October 22, 2022.
Bidders are also encouraged to arrange a site visit to familiarize themselves with the
site and work conditions. Site visits may be pre -arranged by contacting the Golf
Course Superintendent. No unannounced site visits will be allowed. Contact
information is:
Joel Hansen, Superintendent
Email: jhanson(c�cottagegrovemn.gov
Phone: (651)307-1326
Bidders shall refrain from discussing project scope or bid requirements with golf course
employees or City staff.
9. EXAMINATION OF SITE AND CONTRACT DOCUMENTS
Bidders are expected to make a thorough examination of the site of the work
prior to submitting a proposal. It is the Bidder's responsibility to become familiar
with obstacles which may be encountered and other local conditions affecting
the execution of the work.
5
Bidders must satisfy themselves by personal examination of the Contract
Documents and by such other means as they prefer as to the accuracy of the
quantities of work to be performed, the intent of the Contract Documents, and
the requirements of the Owner and manufacturer. The successful Bidder must
employ, as far as possible, the methods and means of carrying out the work in
a manner as will not cause any interference or interruption with the work of
others or the operations of the Owner.
Submission of a Proposal shall be considered prima facia evidence that the
Bidder is thoroughly familiar with the conditions to be encountered, the
character, quality and quantity of the work to be performed, materials to be
furnished, and the requirements of the Contract Documents. After the opening
of the Proposal by the Owner, no claim for additional compensation due to the
Bidder's misunderstanding of the intent of the Owner or the Contract
Documents nor failure to acquire information necessary for the intelligent
preparation of the Proposal will be entertained.
The Contractor shall cooperate with all utility companies and shall coordinate
scheduling and phasing of work.
10. INADEQUACIES, OMISSIONS, CONFLICTS
Any verbal information obtained from or statement made by representatives of
the Owner upon examination of the Contract Documents or the site, for the
purpose of bidding, which apparently corrects or in any way amends the
Contract Documents, shall be invalid. The Owner will not be responsible for
such verbal information or statements.
Bidders shall bring any inadequacies, omissions, or conflicts to the Owner's
attention at least seven (7) days before the due date for bids. Prompt
clarification will be supplied to all Bidders by Addenda, and each Addendum
shall be acknowledged on the Proposal Form. Failure to so request clarification
of any inadequacy, omissions, or conflicts will not relieve the Bidder of
responsibility. The signing of the Proposal will be considered as implicitly
denoting that the Bidder has a thorough comprehension of the full intent and
scope of the Contract Documents.
11. MODIFICATIONS TO CONTRACT DOCUMENTS
The Owner reserves the right to modify the Contract Documents at any time
prior to the opening of bids, subject to the following conditions:
Such modification will be made by Addendum, duly numbered and dated.
Such Addendum will be attached to all Proposals issued after the date of the
Addendum and shall remain a part thereof.
If Addenda are issued, Bidders shall acknowledge receipt thereof on the
Proposal Form. Failure to do so may be cause for rejection of any such
Proposal.
12. SUBSTITUTION OF MATERIALS
Should a Bidder propose to substitute materials other than those specified
herein, said materials must be found acceptable and approved by the Owner, in
writing, seven (7) calendar days prior to the opening of bids. Otherwise, it is
understood that the Bidder shall furnish materials exactly as specified.
A
13. QUALIFICATIONS OF BIDDERS
The Owner may require Bidders to submit evidence that they have practical
knowledge of the particular work bid upon and that they have the financial
resources to complete the proposed work. Failure on the part of any Bidder to
carry out previous contracts satisfactorily, or his/her lack of experience or
equipment necessary for the satisfactory and timely completion of this Project,
may be deemed sufficient cause for disqualification of said Bidder. The Owner
reserves the right to reject any bid where an investigation of the available
evidence or information does not satisfy the Owner that the Bidder is qualified
to carry out properly the terms of the Contract. The Owner's decision as to
qualifications of the Bidder shall be final.
Since this is a unique type of construction requiring specialized experience and
equipment, only bidders having prior experience on golf course irrigation
projects will be considered. The contractor or individual responsible for
installation of the irrigation system shall have a minimum of twelve (12) years of
experience installing golf course irrigation systems of comparable size including
the installation of at least three (3) complete eighteen -hole golf course irrigation
systems within the past three (3) years.
14. PROPOSAL SUBMITTAL
Bids shall be submitted upon the Proposal Forms attached hereto,
The bid prices indicated on the Proposal Form shall be in decimal form: i.e.
dollars and cents. Errors in extension may be corrected by the Owner providing
that the unit cost is legible and can be definitely identified as complying with the
item specified. The total bid shall be adjusted in accordance with approved
extension corrections. An extension may not be divided by number of units
specified to determine a unit cost, if such is omitted by the Bidder. It is the
responsibility of the Bidder to submit a neat, accurate and complete Proposal
Form if his/her bid is to be accepted.
All computations in a unit price bid will be checked by the Owner and
corrections made where any error in computation is found. The corrected
figures will then be used to determine the total of that bid.
Bidders shall not stipulate on the Proposal Form any additional conditions
regarding the construction or Award of Contract.
Bidders must submit a fully executed Affidavit of Responsible Contractor
form with their bid. Bids which do not include the Affidavit of Responsible
Contractor form shall be rejected as non -conforming.
BIDDERS ARE CAUTIONED TO CHECK THEIR PROPOSAL FORMS
CAREFULLY BEFORE SUBMITTING, AS NO CLAIM FOR ERROR IN THE
SAME WILL BE CONSIDERED AFTER THE BIDS HAVE BEEN OPENED.
15. BID AND CONTRACT SECURITY
A certified check or satisfactory Bid Bond payable to the Owner in an amount of
not less than five (5) percent of the bid shall accompany each bid as a
guarantee that, if the bid is accepted, the Bidder will execute and file the
Contract, Performance Bond, Public Contractors (Payment) Bond, and
Insurance Certificate(s), as required by the Contract Documents, within ten (10)
days after receipt of the Notice of Award of Contract by Owner.
7
The Bidder to whom a Contract is awarded will be required to furnish the
Payment Bond and Performance Bond to the Owner, each in an amount equal
to one hundred percent (100%) of the Contract Price. The bonds shall be
executed by a Surety Company authorized to do business in the State of
Minnesota and acceptable as Surety to the Owner.
16. LABOR AND WAGES
Each Contractor or Subcontractor performing work on this Project shall comply
in all respects with all laws governing the employment of labor, Social Security,
Unemployment Insurance, Occupational Safety and Health (OSHA), etc., of
both the State and Federal Government. There is NOT a prevailing wage
requirement for this project.
17. RIGHT TO ACCEPT OR REJECT BIDS
The Owner reserves the unqualified right, in its sole and absolute discretion, to
reject all bids or any bid, or to waive any irregularities in any bid, or to accept
any bid which will best serve the interests of the Owner.
A bid which has not been prepared according to the instructions contained
herein of which does not contain a unit price which is both adequate and
reasonable for each and every item named in the Proposal Form may be
considered irregular and subject to rejection. Unbalanced bids are subject to
rejection.
More than one Proposal from an individual, firm, partnership, or corporation
under the same or different names will not be considered. Evidence that any
Bidder is interested in more than one Proposal for the same work will constitute
cause for rejection of all such proposals. Collusion between the Bidders will be
considered sufficient cause for the rejection of all bids so affected.
A bid Proposal may be disqualified because of errors in computation which
cannot be resolved by mathematical correction without resorting to information
not contained in the bids.
18. AWARD OF CONTRACT
The Owner reserves the right to retain the deposits of the 3 lowest Bidders for a period
not to exceed 60 days after the date and time set for the Opening of Bids. No Bids may
be withdrawn for a period of 30 days after the date and time set for the Opening of
Bids.
The bid opening is available to the public but no awards will be made
immediately upon opening bids nor until the bids opened can be tabulated,
scheduled, and reviewed by the Owner. The Contract shall be awarded by
Owner action, and the Bidder to whom award of Contract is made will be
notified at the earliest possible date.
Award of Contract will be made to the lowest responsible Bidder(s) as
determined by the Owner. On lump sum contracts, the low bid shall be the low
base bid. On bids including alternate(s), Owner may award the Contract based
on the base bid or any combination of base bid and alternate(s). Contract
award to the lowest responsible bidder shall be based on, but is not necessarily
limited to, the factors of price and the Owner's evaluation of the vendor's ability
to service the City.
M.
When Owner issues a Notice of Award to the successful Bidder, it shall be
accompanied by the unexecuted counterparts of the Agreement along with the
other Contract Documents as identified in the Agreement. Within fifteen (15)
days thereafter, the successful Bidder shall execute and deliver the required
number of counterparts of the Agreement (including any bonds and insurance).
The Owner reserves the right to reject any or all bids and to waive minor items,
informalities, defects or technicalities in any or all bids.
19. COMPARISON OF BIDS
Comparison of bids will be based on the base bid amount as well as the
alternate prices provided by the Bidder.
END OF SECTION
AFFIDAVIT OF RESPONSIBLE CONTRACTOR
State of Minnesota
) SS
County of
I hereby swear (or affirm) under the penalty for perjury at the time of submitting a prime
contractor bid for City Project No. 2022-124, River Oaks Golf Course Improvements and
Irrigation System ("Project") to the City of Cottage Grove:
1. That I am a contractor within the meaning of MiNN. STAT. § 16C.285,
subd 1(c);
2. That I am in compliance with worker's compensation and unemployment
insurance requirements;
3. That I am currently registered with the Department of Revenue and the
Department of Employment and Economic Development;
4. That I have a valid Federal Tax Identification Number;
5. That if I am a foreign corporation or cooperative, I have filed a Certificate
of Authority to transact business in Minnesota with the Secretary of State;
6. That I am in compliance with and since July 1, 2014 or a three-year period
before submitting this verification, whichever is shorter ("Applicable
Period"), have not violated Minn. Stat. § § 177.24, 177.25, 177.41 —
177.44, 181.13, 181.14 or 181.722, and have not violated United States
Code, title 29, sections 201 to 219, or United States Code, title 40, sections
3141 to 3148. For purposes of this clause, a violation occurs when a
contractor or related entity:
i. Repeatedly fails to pay statutorily required wages or penalties
on one or more separate projects for a total underpayment of
$25,000 or more within the Applicable Period, provided that a
failure to pay is "repeated" only if it involves two or more
separate and distinct occurrences of underpayment during the
Applicable Period;
ii. Has been issued an order to comply by the commissioner of
labor and industry that has become final;
iii. Has been issued at least two determination letters within the
Applicable Period by the Department of Transportation finding
10
an underpayment by the contractor or related entity to its own
employees;
iv. Has been found by the commissioner of labor and industry to
have repeatedly or willfully violated any of the sections
referenced in this clause pursuant to Minn. Stat. § 177.27;
v. Has been issued a ruling or findings of underpayment by the
administrator of the Wage and Hour Division of the United
States Department of Labor that have become final or have
been upheld by an administrative law judge or the
Administrative Review Board; or
vi. Has been found liable for underpayment of wages or penalties
or misrepresenting a construction worker as an independent
contractor in an action brought in a court having jurisdiction.
7. That I am in compliance with and, during the Applicable Period before
submitting the verification, have not violated Minn. Stat. § 181.723 or
Minn. Stat. Ch. 326B. For purposes of this clause, a violation occurs
when a contractor has been issued a final administrative or licensing order;
8. That I have not received a final determination assessing a monetary
sanction from the Department of Administration or Transportation for
failure to meet targeted group business, disadvantaged business enterprise,
or veteran -owned business goals, due to a lack of good faith effort, more
than once during the Applicable Period before submitting the verification;
9. That I am not currently suspended or debarred by the federal government
or the state of Minnesota or any of its departments, commissions,
agencies, or political subdivisions that have authority to debar a
contractor;
10. That the following consists of a list of first -tier subcontractors that I intend
to retain for work on the Project:
i.
ii.
iii.
iv.
11. That I will submit to the City a supplemental verification under oath
confirming compliance with Minn. Stat. § 16C.285, subdivision 3, clause
(7) upon being determined the apparent successful prime contractor as a
condition precedent to execution of the construction contract with the City
for the Project.
Firm (Contractor/Bidder) Name
Signed
(Owner or Officer)
Printed Name by Owner or Officer:
Title:
11
Bidder's E.I. Number:
(Number used on Employer's Quarterly Federal Tax Return, U.S. Treasury Department Form
941)
Subscribed and sworn to before me this day of , 20
(SEAL)
Notary Public
END OF SECTION
12
SECTION 00 52 10
AGREEMENT FORM
CITY OF COTTAGE GROVE, MINNESOTA
AGREEMENT FOR PROJECT 2022-124,
RIVER OAKS GOLF COURSE IMPROVEMENTS AND IRRIGATION SYSTEM
THIS AGREEMENT, made this day of , 2022, by and between the
City of Cottage Grove, hereinafter called "City", and hereinafter called
"Contractor";
WITNESSETH, that the City and the Contractor, for the consideration hereinafter stated,
agree as follows:
ARTICLE I
SERVICES TO BE PERFORMED
Contractor hereby covenants and agrees to provide all labor, equipment and material
required to complete the River Oaks Golf Course Irrigationystem Replacement ("Project") in
accordance with the Contract Documents identified at paragraph 1.1 of the General Conditions
(the "Work").
The General Conditions and all Contract Documents referenced therein are incorporated
herein by reference.
ARTICLE II
CONTRACTOR'S REPRESENTATIONS
In order to induce the City to enter into this Agreement, Contractor makes the following
representations:
A. Contractor is familiar with the nature and extent of the Contract Documents, Work,
site, locality, and all local conditions and laws and regulations that in any manner
may affect cost, progress, performance or furnishing of the Work.
B. Contractor has studied carefully all reports of explorations and tests of subsurface
conditions and drawings of physical conditions, which, if provided, are identified in
the Contract Documents.
C. Contractor has reviewed and checked all information and data shown or indicated in
the Contract Documents with respect to existing underground facilities at or
contiguous to the site and assumes responsibility for the accurate location of said
underground facilities. No additional examinations, investigations, explorations,
tests, reports, studies, or similar information or data in respect of said underground
facilities are or will be required by Contractor in order to perform and furnish the
13
Work at the Contract Price, within the Contract Time and in accordance with the
other terms and conditions of the Contract Documents.
D. If the Contract Price defined in Article IV herein exceeds $50,000.00, and the Work
is associated with building, erection, construction, alteration, remodeling, demolition,
or repair of buildings, real property, highways, roads, bridges, or other construction
work, Contractor is a "responsible contractor" pursuant to paragraph 1.8 of the
General Conditions and the Minnesota Statutes cited therein.
ARTICLE III
COMPLETION DATE
Contractor agrees that the Work shall be fully and satisfactorily completed on or before
the date ("Contract Time") shown on the Special Provisions for the Project.
ARTICLE IV
CHANGE ORDERS
Any change to the Work specified by this Agreement shall only be made in writing
pursuant to terms and procedures set forth in Section 6 of the General Conditions. No claim for
additional charges will be considered by the City if not processed pursuant to Section 6 of the
General Conditions.
ARTICLE V
PA VMTi.NT
City agrees to pay Contractor for completion of the Work in accordance with Section 5 of
the General Conditions, the aggregate amount of which is $ ("Contract
Price").
ARTICLE VI
CONTRCTOR'S OBLIGATIONS TO SUBCONTRACTORS
Contractor shall pay any subcontractor in accordance with paragraph 5.4 of the General
Conditions.
ARTICLE VII
PAYMENT BOND
Contractor agrees to pay all persons furnishing labor, supplies, equipment, space, or
material to Contractor in and about the performance of this Agreement, these persons to be paid
first out of the amount due Contractor, its agents, or assigns. This Agreement shall not be in
effect until Contractor shall have executed and delivered to the City Clerk a payment bond
executed by a corporate surety company with an AM Best rating of A or better authorized to do
business in the State of Minnesota in the sum of the Contract Price or other collateral satisfactory
to the City to indemnify the City against any lien.
14
ARTICLE VIII
PERFORMANCE BOND
This Agreement shall not be in effect until Contractor shall have executed and delivered
to the City Clerk a performance bond executed by a corporate surety company with an AM Best
rating of A or better authorized to do business in the State of Minnesota in the sum of the
Contract Price to secure the faithful performance of this Agreement by said Contractor
conditioned that Contractor shall well and truly perform and carry out the covenants, terms and
conditions of this Agreement in strict accordance with its provisions.
ARTICLE IX
INSURANCE
Contractor shall not commence the Work until it has obtained all insurance required
under this article and shall have filed a certificate of insurance or a certified copy of the
insurance policy with the City. Certificates of insurance shall be submitted on Standard Form
C.I.C.C.-701 or ACORD 25 forms. Each insurance policy shall contain a clause providing that it
shall not be canceled by the insurance company without thirty (30) calendar days written notice
of its intent to cancel or non -renewal, and not less than ten (10) calendar days advance written
notice for nonpayment of premium. The certificate of insurance shall contain the following
language in the description of operations section of the certificate of insurance form or in the
additional remedies schedule to the certificate of insurance form: "Each of the above described
policies is so endorsed requiring the City to be provided thirty (30) calendar days written notice
to the City of the intent to cancel or non -renewal, and not less than ten (10) calendar days
advance written notice for nonpayment of premium" ("Required Language"). If the producer or
insurer(s) identified on the certificate of insurance refuse to provide the Required Language on
the certificate of insurance form or on the additional remedies schedule, Contractor shall: (a)
provide the City with a copy of the notice of cancellation endorsement documents for each
policy that meet these requirements along with the certificate of insurance; and (b) provide the
City with a copy of the insurer's cancellation notice within two (2) calendar days of receipt.
Minimum requirements:
A. Worker's compensation insurance as may be required by law.
B. Employer's liability insurance with minimum limits as follows:
Bodily Injury by Disease
Bodily Injury by Disease
Bodily Injury by Accident
-$500,000 per person
-$500,000 general aggregate
-$500,000 general aggregate
C. Contractor's commercial general and automobile liability insurance, including
coverage for non -owned and hired vehicles, in limits as follows:
General Liability
15
- $1,000,000 each occurrence
- $2,000,000 aggregate
Automobile Liability - $1,000,000 combined single limit for
bodily injury and property damage
D. The City and those property owners, if any, from whom temporary construction
easements were obtained shall be listed as an additional insured on the above policies.
Names of the property owners, along with other required information, will be provided
to the successful bidder after the Project has been awarded.
E. In addition to all listed coverages, Contractor shall procure and maintain an Umbrella
or Excess liability policy in a minimum limit of $2,000,000.
Losses other than those covered by insurance shall be Contractor's sole responsibility. The
insurance requirements as set forth herein shall be considered to be minimum requirements only.
Any other insurance that may be necessary to provide adequate coverage must be provided by
Contractor and shall be its sole responsibility.
ARTICLE X
INDEMNIFICATION
Contractor shall indemnify and hold harmless the City and the Project Golf Architect and
their agents and employees from and against all claims, damages, losses and expenses, including
but not limited to attorneys' fees arising out of or resulting from the performance of Work provided
that any such claim, damage, loss or expense (1) is attributable to bodily injury, sickness, disease
or death, or to injury to or destruction of tangible property (other than the Work itself) including
the loss of use resulting therefrom, and (2) is caused in whole or in part by any negligence, willful
or intentional misconduct, or other fault of Contractor, any subcontractor, anyone directly or
indirectly employed by any of them or anyone for whose acts any of them may be liable. Such
obligation shall not be construed to negate, abridge or otherwise reduce any other right or
obligation of indemnity which would otherwise exist as to any party or person described herein.
Contractor, in addition to, and conformity with, all of the other requirements herein, will be
required to indemnify the property owners from whom temporary construction easements were
obtained.
ARTICLE XI
DATA PRACTICES
Pursuant to Minn. Stat. § 13.05, subd. 11, all of the data created, collected, received,
stored, used, maintained, or disseminated by Contractor in performing a City function under this
Agreement is subject to the requirements of the Minnesota Government Data Practices Act,
Minnesota Statutes Chapter 13, and Contractor must comply with those requirements as if it
were a government entity.
ARTICLE XII
AUDIT
Pursuant to Minn. Stat. §§ 6.551 and 16C.05, subd. 5, the Contractor's books, records,
documents, and accounting procedures and practices relevant to this Agreement shall be
16
preserved and are subject to examination by the City, and either the Legislative Auditor or State
Auditor, as appropriate, for a minimum of six years from the end of this Agreement.
ARTICLE XIII
WHOLE AGREEMENT
This Agreement embodies the entire agreement between the parties including all prior
understanding and agreements and may not be modified except in writing signed by all the
parties.
IN WITNESS WHEREOF, Owner and Contractor have executed three copies of this
Agreement as of the day and year written below. This Agreement will be effective upon
execution by the Mayor and Clerk for the City.
Date
Date
Date
Date
17
CITY OF COTTAGE GROVE
itz
And
Myron Bailey, Mayor
Jennifer Levitt, City Administrator
(NAME OF CONTRACTOR)
By
Its:
AND
By _
Its:
CERTIFICATE OF ACKNOWLEDGEMENT
(For use where Contractor is an Individual or Partnership)
STATE OF
SS.
COUNTY OF
On this day of , 2022, before me personally appeared
to me known to be the person described in and who executed
the foregoing instrument, and acknowledges that he/she executed the same as his/her free act and
deed.
(Notarial Seal)
Notary Public
CERTIFICATE OF ACKNOWLEDGEMENT
(For use where Contractor is a Corporation)
STATE OF
SS.
COUNTY OF
On this day of 2022, before me personally appeared
and , to me known who, being
by me duly sworn, did say that they are respectively the and
of , that the seal affixed to
the foregoing instrument is the corporate seal of said corporation and that said instrument was
executed in behalf of the corporation by authority of its Board of Directors, and said officers
acknowledged the instrument to be the free act and deed of said corporation.
(Notarial Seal)
Notary Public
END OF SECTION
19
SECTION 00 61 13 13
PERFORMANCE AND PAYMENT BOND
20
PERFORMANCE BOND
KNOW ALL MEN BY THESE PRESENTS: that ,
as Principal (hereinafter called Contractor) and, ,
as Surety (hereinafter called Surety) are held and firmly bound unto the City of Cottage Grove as
obligee (hereinafter called Obligee) in the amount of
Dollars ($ ), for the payment whereof Contractor and Surety bind themselves,
their heirs, executors, administrators, successors and assigns, jointly and severally, firmly by
these presents.
WHEREAS, Contractor has by written agreement dated , 2022, entered into
a contract with the Obligee for delivery and installation of River Oaks Golf Course
Improvements and Irrigation System in accordance with specifications prepared by Obligee
which contract is by reference made a part hereof, and is hereinafter referred to as the Contract.
NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that, if
Contractor shall promptly and faithfully perform said Contract in conformance with the Contract
Documents, and all guaranty, indemnity and warranty obligations specified therein, and shall
promptly and faithfully remedy any breach of its obligations under the Contract Documents
discovered within the time limits set by statute for commencement of actions, and shall pay any
damages for unexcused late completion, then this obligation shall be null and void; otherwise it
shall remain in full force and effect.
The Surety hereby waives notice of any alternation, changes or extension of time made
by the Obligee.
Whenever the Contractor shall be, and declared by the Obligee to be in default under the
Contract, the Surety may promptly remedy the default, or shall promptly:
(1) Complete the Contract in accordance with its terms and conditions, or if
appropriate,
(2) Obtain a bid or bids for completing the Contract in accordance with its terms and
conditions, and upon determination by the Obligee and the Surety jointly of the lowest
responsible bidder, arrange for a contract between such bidder and Surety, and make available as
work progresses (even though there shall be a default or a succession of defaults under the
contract or contracts of completion arranged under this paragraph) sufficient funds to pay the
cost of completion and other costs and damages for which the Surety may be liable hereunder,
but not exceeding the amount set forth in the first paragraph hereof less the balance of the
contract price. The term "balance of the contract price", as used in this paragraph, shall mean the
total amount payable by the Obligee to Contractor under the Contract and any amendments
thereto, less the amount paid by the Obligee to Contractor, or if appropriate,
(3) Promptly pay such sums to the Obligee as the Obligee may be entitled from the
Contractor under the Contract Documents, or for the breach thereof, but not exceeding the
amount set forth in the first paragraph hereof.
21
The Surety agrees to be bound by any award granted to the Obligee against the
Contractor in arbitration or judicial proceedings commenced pursuant to the Contract
Documents.
No right of action shall accrue on this bond to or for the use of any person or corporation
other than the Obligee named herein or the successors of the Obligee.
This bond is furnished pursuant to the requirements of M.S. 574.26 et seq. (Minnesota
Public Works Amendment). It is hereby acknowledged and agreed by both Principal and Surety
that the provisions and requirements of M.S. 574.26 through 574.32 are hereby incorporated by
reference into this bond as if set forth verbatim herein. In the event of any conflict between such
statutory provisions and the standard printed provisions of this bond, the statutory language shall
supersede and control in all respects.
Witness
Signed and sealed this day of , 2022
LOW
Title
LM
Title
Contractor
Signature
(Typed or Printed Name of Signer)
Signature
(Typed or Printed Name of Signer)
(If the contractor is a partnership or joint venture, all partners or co -venturers must execute this bond.)
Witness
Surety
Address
Phone No.
By
Signature
(Typed or Printed Name of Signer)
Title
(Local Address & Telephone Number)
22
(The attorney -in -fact shall attach hereto a copy of his power of attorney or other document authorizing him to act on
behalf of and to bind the surety.)
CERTIFICATE OF ACKNOWLEDGMENT BY PRINCIPAL
(For use where Contractor is individual or partnership)
STATE OF MINNESOTA
SS.
COUNTY OF
On this day of , 2022, before me personally appeared
, to me known to be the person(s)
described in and who executed the foregoing bond and acknowledged that _he_ executed the
same as free act and deed.
(Notarial Seal)
Notary Public
CERTIFICATE OF ACKNOWLEDGMENT
(For use where Contractor is a corporation)
STATE OF MINNESOTA
SS.
COUNTY OF
On this day of , 2022, before me personally appeared
and , to me known who,
being by me duly sworn, did say that they are respectively the
of , that the seal affixed to the foregoing instrument is the
corporate seal of said corporation and that said instrument was executed in behalf of the
corporation by authority of its Board of Directors, and said and
acknowledged the instrument to be the free act and deed of said
corporation.
(Notarial Seal)
Notary Public
Full Name of Surety Company Home Office Address
Name of Local Agency
Local Agency Address
If this bond is executed outside of the State of Minnesota, it must be countersigned on the
Performance Bond by a Minnesota resident agent of the Surety Company.
23
Agent Affixing Countersignature Address
(Affix here Power of Attorney and Acknowledgment of Corporate Surety.)
END OF SECTION
24
SECTION 00 61 13 16
=• -All 0 1 DA M F-Alll ll 4 q, UA I is
miu ► =•►��
25
LABOR AND MATERIAL PAYMENT BOND
KNOW ALL MEN BY THESE PRESENTS: that ,
Inc., as Principal (hereinafter called Contractor) and
as Surety (hereinafter called Surety) are held and firmly bound unto the City of Cottage Grove as
Obligee (hereinafter called Obligee) for the use and benefit of claimants as herein below defined,
in the amount of Dollars ($ ), for the
payment whereof Contractor and Surety bind themselves, their heirs, executors, administrators,
successors and assigns, jointly and severally, firmly by these presents.
WHEREAS, Contractor has by written agreement dated , 2022, entered into
a contract with Obligee for River Oaks Golf Course Improvements and Irrigation. s� in
accordance with specifications prepared by Obligee which contract is by reference made a part
hereof and is hereinafter referred to as the Contract.
NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that, if
Contractor shall promptly make payment to all claimants as hereinafter defined, for all labor and
material used or reasonably required for use in the performance of the Contract and shall keep
the project free and clear of all liens as provided in the Contract, then this obligation shall be
void; otherwise it shall remain in full force and effect, subject, however, to the following
conditions:
1. Claimant is defined as one permitted by applicable law to file a Public
Contractor's Bond claim for labor, material, or both, used or reasonably required for use in the
performance of the Contract, labor and material being construed to include without limitation
that part of water, gas, power, light, heat, oil, gasoline, telephone service, rental of equipment,
insurance premiums, taxes and any items for which a claim or lien may be filed against the
Obligee under the applicable law.
2. The above named Contractor and Surety hereby jointly and severally agree with
the Obligee that every claimant as herein defined, who has not been paid in full may sue on this
bond for the use of such claimant, prosecute the suit to final judgment for such sums as may be
justly due claimant and have execution thereon. The Obligee shall not be liable for the payment
of any costs or expenses of any such suit.
3. No suit or action shall be commenced hereunder by any claimant:
(A) Unless claimant shall have filed a public contractors bond claim in the
form and within the time provided under applicable law, or
(B) After expiration of time for enforcement of a public contractors bond
claim by legal action.
4. The amount of this bond shall be reduced by and to the extent of any payment or
payments made in good faith hereunder.
1
Witness
5. The Contractor and Surety shall keep the project free and clear of liens and shall
promptly remove any and all liens filed against the project by claimants.
6. The Obligee's right of action on this bond, or for the breach thereof, shall not be
limited by the conditions set forth in paragraphs 1 through 3 above.
Signed and sealed this day of , 2022.
LOW
Contractor
Signature
(Typed or Printed Name of Signer)
Title
By
Signature
Title
(Typed or Printed Name of Signer)
(If the contractor is a partnership or joint venture, all partners or co -venturers must execute this bond.)
Witness
Surety
Address
Phone No.
By
Signature
(Typed or Printed Name of Signer)
Title
(Local Address & Telephone Number)
(The attorney -in -fact shall attach hereto a copy of his power of attorney or other document which authorizes him to
act on behalf of and to bind the surety.)
CERTIFICATE OF ACKNOWLEDGMENT BY PRINCIPAL
(For use where Contractor is individual or partnership)
STATE OF MINNESOTA
SS.
COUNTY OF
On this day of , 2022, before me personally appeared
, to me known to be the person(s)
described in and who executed the foregoing bond and acknowledged that _he_ executed the
same as free act and deed.
(Notarial Seal)
Notary Public
CERTIFICATE OF ACKNOWLEDGMENT
(For use where Contractor is a corporation)
STATE OF MINNESOTA
SS.
COUNTY OF
On this day of , 2022, before me personally appeared
and , to me known who,
being by me duly sworn, did say that they are respectively the
of , that the seal affixed to the foregoing instrument is the
corporate seal of said corporation and that said instrument was executed in behalf of the
corporation by authority of its Board of Directors, and said and
acknowledged the instrument to be the free act and deed of said
corporation.
(Notarial Seal)
Notary Public
Full Name of Surety Company Home Office Address
Name of Local Agency Local Agency Address
If this bond is executed outside of the State of Minnesota, it must be countersigned on the
Performance Bond by a Minnesota resident agent of the Surety Company.
Agent Affixing Countersignature Address
(Affix here Power of Attorney and Acknowledgment of Corporate Surety.)
Ww
END OF SECTION
29
Section 00 72 05
GENERAL CONDITIONS
1.01 DEFINITIONS & RULES OF CONSTRUCTION
A. Definitions:
When used in these specifications and contract, the following terms or if pronouns in place of
them are used, the intent and meaning shall be interpreted as follows:
"A.A.S.H.O." - The American Association of State Highway Officials
"A.G.C." - Association of General Contractors.
"A.S.T.M." - American Society for Testing Materials
"Bidder" - Any individual, partnership, firm or corporation submitting a proposal for the Work,
acting directly or through a duly authorized representative.
"Contract" - The written agreement, valid in form, between the Owner and the Contractor, by
which the Contractor is bound to perform the work, in accordance with the Contract Documents.
"Contract Bond" - The Payment and Performance Bond in the form designated by the Owner
furnished by the Contractor and his Surety or Sureties as a guarantee of good faith on the part of
the Contractor to execute and pay for the Work in accordance with the terms of the Contract.
"Contract Documents" - The Advertisement for Bids, all addenda issued prior to receipts of bids,
the Proposal, Instructions to Bidders, the Contract, Plans, Specifications, the Special Provisions,
these General Contract Conditions, and the Contract Bond, all related to the Work and all as
designated and approved by the Owner, and also any other Documents and Agreements
between Owner and Contractor relevant to the Work, all as now or hereafter amended or
supplemented.
"Contractor" - The individual, partnership, firm or corporation with whom the Owner contracts for
doing the Work, acting directly or through his lawful agents or employees, who is primarily liable
for the acceptable performance of the Work for which he has contracted, and unless otherwise
specified, includes subcontractors.
"Equipment" - All machinery together with the necessary supplies for upkeep and maintenance
and also all tools and apparatus necessary for the proper construction and acceptable completion
of the Work.
"Final Completion" - Final approval by the Irrigation Consultant and Owner for all work outlined in
the contract documents, including any conditions or defects outlined at the time of substantial
completion.
"Inspection" - Periodic observation of the work to become generally familiar with the process and
the quality of the construction completed to determine if the contractor's work is being performed
in a manner which indicating that the work, when completed, will be in accordance with the
Construction documents.
"Inspector" - The Irrigation Consultant or an authorized representative of the Irrigation Consultant
30
or Owner assigned to make any or all necessary observations of the Work performed and the
materials furnished by the Contractor.
"Landscaping" - The planning, planting, establishing and caring for tree, shrubs, vines and other
vegetation to provide shade, reduce dust, control erosion, or provide spatial delineation and
aesthetic qualities.
"Laboratory" - Testing laboratories of a reputable independent laboratory, or any other testing
laboratory which may be acceptable to the Irrigation Consultant to Inspect, test and determine the
suitability of materials.
"MNDOT" - Minnesota Department of Transportation.
"Notice of Award" - A written notice to the successful bidder stating that his bid has been
accepted and that, in accordance with the terms of the notice to contractors and the
specifications, he is required to execute the contract and furnish satisfactory contract bond.
"Notice to Proceed" - A written notice to the Contractor of the date on which he is to begin the
prosecution of the Work for which he has contracted.
"O.S.H.A." - The Federal Occupational Safety and Health Act of 1970, and the State
Occupational Safety and Health Act of 1973, and all regulations permeated pursuant to either of
these, as such acts and regulations may be amended, supplemented or modified.
"Owner" - The individual, corporate entity or municipality which owns the property and golf
course.
"Plans" - All drawings or reproductions of drawings, pertaining to the construction of the Work and
appurtenances and approved by Owner.
"Project" - The contemplated improvements proposed by the Owner as indicated in the plans and
specified in the Contract for the Work.
"Proposal" - The written offer of the bidder, when submitted on the approved Proposal Form, to
perform the contemplated Work and furnish the necessary materials in accordance with the
provisions of the plans and specifications.
"Proposal Guarantee" - The security designated in the proposal to be furnished by the bidder as a
guarantee of good faith that he will enter into a contract with the Owner and to execute the
required bonds covering the work contemplated if the same is awarded to him.
"Special Provisions" - Specific or special conditions peculiar to the project under consideration
and covering work or materials which are not covered in these General Contract Conditions, or
which may not be thoroughly or satisfactorily stipulated elsewhere in the specifications, but are
covered by the Special Conditions.
"Specifications" - The directions, conditions, provisions and requirements contained herein or in
the Contract Documents, together with all written agreements made or to be made, pertaining to
the method and manner of performing the Work, or to the quantities of materials to be furnished
under the contract.
"Subcontractor" - The individual, firm, or corporation undertaking the execution of a part of the
Work under the terms of the contract by virtue of an agreement between himself and Contractor,
subject to approval of the Owner, but does not include one who merely furnished materials.
31
"Substantial Completion" - Preliminary approval of the work by the GCA and Owner as defined in
the Special Provisions.
"Supplemental Agreement" - A written agreement made and entered into by and between the
Contractor and the Owner covering unforeseen work, or involving revisions in or amendments to
the terms of the Contract, or covering correction of omissions, errors, discrepancies between the
plans and proposal or estimates or alterations in the plans, additional requirements, work,
materials or covering conditions specifically prescribed in the specifications as requiring
Supplemental Agreements. Such Supplemental Agreements become a part of the Contract when
properly executed and approved.
"Surety" - The corporate entity which is bound with and for the Contractor for the acceptable
performance of the Contract and for Contractor's payment of all obligations pertaining to the
Work.
"Work" - The term "Work" includes all labor necessary to produce the construction required by the
Contract Documents, and all materials and equipment incorporated or to be incorporated inn such
construction.
B. Rules of Construction:
Meaning of Expressions. In order to avoid cumbersome and confusing repetition of expressions
in these specifications, and whenever it is provided that any thing is, or is to be done, if or as, or
when, or where, "contemplated", "required", "directed", "specified", "authorized", "ordered",
"given", "designated", "indicated", "considered necessary", "permitted", "suspended", "approved",
"acceptable", "unacceptable", "suitable", "unsuitable", "satisfactory", "unsatisfactory", or
"sufficient", it shall be taken to mean and intend, by or to the Irrigation Consultant.
The use of one gender will include all other genders.
References in these General Contract Conditions to statutes, laws, ordinances or rules shall
mean and refer to those in effect as of the date of the Contract for the Work signed by Owner and
Contractor, and as the same may therefore be amended, modified or supplemented, and shall
include any superseding or substitution statues, laws, ordinances or rules.
If any section, article, subsection, paragraph, sentence, clause or phrase of these general
Contract Conditions, is for any reason held to be invalid or not enforceable as to any person or
circumstance, the application of such section, article, subsection, paragraph, sentence, clause or
phrase to persons or circumstances other than those as to which it shall be invalid or not
enforceable shall not be affected thereby, and all other provisions of these General Conditions in
all other respects, shall be and remain valid and enforceable.
2.01 INTERPRETATION OF PROPOSED CONTRACT DOCUMENTS
If any person contemplating submitting a bid for the proposed contract is in doubt as to the true
meaning of any part of the plans, specifications or other proposed Contract Documents, he may
submit to the Irrigation Consultant, a written request for an interpretation thereof, not later than
five (5) days prior to the date specified for the submission of bid. The person submitting the
request will be responsible for its prompt delivery. Any interpretation of the proposed documents
will be made only by addendum duly issued and a copy of such addendum will be mailed or
delivered to each person receiving a set of such Contract Documents. The Owner will not be
responsible for any other explanation or interpretation of the Contract Documents.
32
Contents of the Proposal Form shall be all papers bound with or attached to the Proposal Form
and are necessary parts thereof and must not be detached. Exact duplicates, incorporating the
entire Proposal Form, will be acceptable if necessary.
3.01 FORM OF CONTRACT
The form of Contract to be used shall be the form prescribed and provided by the Owner.
4.01 CONTRACTOR'S RESPONSIBILITY
The Contractor shall furnish all necessary machinery, tools, labor and material in every character
required, and shall fully complete the Work in a reasonable and workmanlike manner in
accordance with the plans, specifications and detail drawings, for the prices bid. The entire Work
to be performed under the contract for this improvement is to be at the Contractor's risk, and he is
to assume the responsibility for and risk of all damages to the work or to property adjacent to or
on the line of said Work. The Contractor shall have charge of and be responsible for the entire
improvement until its completion and acceptance. He shall be liable for any defects which may
appear to be discovered on his work.
Whenever the Contractor is not present on the Work, directions will be given to the
Superintendent or Foreman who may have immediate charge thereof, and shall by him be
received and strictly obeyed. The Contractor shall designate one person who shall have charge
of the job and to whom the inspector shall give directions.
5.01 TERMINATION OF CONTRACTOR'S RESPONSIBILITY
Except as otherwise provided for in these specifications, the Contractor's responsibility on his
contract shall continue until final acceptance of the Work by the Owner, such acceptance to be
made promptly after final completion of the Work, and thereafter until all obligations contained in
such contract shall have been fully performed by the Contractor, according to the terms of the
contract.
6.01 LABOR
None but competent labor shall be employed on this Work. Whenever mechanical work is
required, it shall be performed by skilled labor.
The foreman or other person directing the Work shall be competent, sober, and reliable, and shall
extend every facility to the Irrigation Consultant to enable him to properly discharge his duties,
and shall furnish such help as may be necessary to facilitate the inspection of materials.
The Contractor will not be allowed added compensation for any work performed on Saturdays,
Sundays or Legal Holidays, however, the Contractor will be required to compensate employees
per State requirements.
7.01 DISCRIMINATION ON ACCOUNT OF RACE, CREED OR COLOR, RELIGION, NATIONAL
ORIGIN, DISABILITY, MARITAL STATUS, STATUS WITH REGARD TO PUBLIC ASSISTANCE,
SEX OR AGE.
The Contractor hereby agrees:
That in the hiring of common or skilled labor for the performance of any work under the contract,
or any subcontract, no contractor, material supplier, or vendor, shall, by reason of race, creed or
color, religion, national origin, disability, marital status, status with regard to public assistance, sex
or age, discriminate against any per son or persons who are citizens of the United States or
33
resident aliens who are qualified and available to perform the work to which such employment
relates;
That the Contractor, material supplier, or vendor shall in any manner, discriminate against, or
intimidate, or prevent the employment of any person or persons identified above, or on being
hired, prevent, or conspire to prevent any such person or persons from the performance of work
under any contract on account of race, creed or color, religion, national origin, disability, marital
status, status with regard to public assistance, sex or age;
The contractor shall furnish all information and reports required by Owner or by the Department of
Labor Executive Order No. 11246 and Revised Order No. 4, and by the applicable rules and
regulations of the state or Federal government to ascertain compliance with the provisions of the
Article;
That violation of this section shall be a misdemeanor; and
That his contract may be canceled or terminated by the Owner, and all money due, or to become
due under this Contract, may be forfeited, for a second or any subsequent violation of the terms
or conditions of this Article.
8.01 ASSIGNMENT OF CONTRACT
Neither party may assign this Contract without the written consent of the other. If neither party
attempts to make such an assignment without consent, that party shall nevertheless remain
legally responsible for all obligations under the Contract.
9.01 SUBCONTRACTS
Prior to the performance of any work, the Contractor shall furnish the Irrigation Consultant and
Owner in writing the names of subcontractors, if any, proposed for the work. Such subcontractors
shall be of proven qualifications and any subcontractor unsatisfactory to the Irrigation Consultant
or Owner shall not be employed on the work. Subcontractors shall have no contractual relations
with the Owner and the Contractor shall assume complete responsibility for these acts and
omissions of his/her subcontractors or any persons directly or indirectly employed by them.
All Subcontractors shall be bound by the terms of all contract documents, but nothing contained
in the contract documents shall create any contractual relation between any Subcontractor and
the Owner or the Irrigation Consultant.
10.01 CONTRACTOR'S INSURANCE
See Schedule A.
11.01 EVIDENCE OF INSURANCE
Insurance Certificates evidencing that the above insurance is in force with companies
acceptable to the Owner and in the amounts required shall be submitted to the Owner for
examination and approval concurrently with the execution of the contract. In addition to
the normal information provided on the insurance certificates, each shall specifically
provide that:
- A policy will not be modified or cancelled except upon ten day's prior written
notice to the Owner.
34
- Coverage is included for blasting, collapse and underground hazards, and
- The contractual liability hazard has been insured.
The Contractor shall require sub -contractors, if any, not protected under the Contractor's
Insurance Policies to take out and maintain like insurance in like amounts.
12.01 DEFENSE OF CLAIMS OR SUITS
The Contractor shall indemnify and save harmless the Owner and all of its officers, officials,
agents, and employees and the Irrigation Consultant, from any and all loss, damages, expense,
including cost and expense and attorney's fees of litigation arising from all suits, actions, or
claims of any character, name and description, brought for, or on account of any injuries or
damages received or sustained by any person, or persons or property by or from the said
Contractor or by or in consequence of any negligence, willful or intentional misconduct, or other
fault in safeguarding the Work, or through the use of unacceptable materials in construction of the
Work or by or on account of any negligence, willful or intentional misconduct, or other fault of said
Contractor, or by or on account of any claims or amounts recovered for any infringement of
patent, trademark or copyright, or from any claims or amounts arising or recovered under the
"Workmen's Compensation Law", or any other law, bylaw, ordinance, order or decree and so
much of the money due the said Contractor under any by virtue of his Contract as shall be
considered necessary by the Owner may retained for the use of said Owner, or in case no money
is due his surety shall be held until such suit or suits, action or actions, claim or claims, for injuries
or damages, as aforesaid shall have been settled and suitable evidence to that effect furnished to
the Owner.
The unauthorized use by the Contract of public or private property for any purpose may be
considered an injury or damage to the property so used.
No monies, payable under the Contract Documents, or any part thereof except the estimate for
the first month or period shall become due and payable, if the Owner so elects, until the
contractor shall satisfy Owner that he has made a satisfactory settlement for all materials and
equipment used in or upon and labor done for the Work for the then preceding month.
14.01 COMPLIANCE WITH LAWS, BUILDING CODES AND REGULATIONS
The Contractor and Bidder is assumed to have made himself familiar with all engaged or
employed in the Work, or the materials or equipment used in or upon the improvement, or in any
way affect the conduct of the Work and no pleas of misunderstanding will be considered on
account of ignorance thereof. The provisions of such codes, laws or ordinances are deemed to
be a part of these specifications and the Contractor will be bound by the provisions thereof.
The Contractor shall and also by a Surety agree to indemnify and save harmless the Owner and
all of its officers, agents, and servants against and claim or liability arising from or based on the
violation of any such law, ordinance, regulation or decrees, whether by the Contractor or his
employees or subcontractors.
If the Contractor shall discover any provisions in the Plans, Contract, or these Specifications or
any direction of the Irrigation Consultant or Inspector which is contrary to or inconsistent with any
such law, ordinance, regulation or decree, he shall forthwith report inconsistency to the Irrigation
Consultant in writing.
35
15.01 PERMITS, LICENSES, AND TAXES
If required, the Owner shall obtain all wetland permits.
The Contractor shall procure all other permits and licenses including but not limited to grading
permits and NPDES permits. In addition, the Contractor shall pay all charges and fees and give
all notices necessary and incidental to the due and lawful prosecution of Work.
For material and for labor affected by State or Federal tax, sales taxes of any kind whatsoever,
the cost shall be reflected in the bid price. No extra compensation will be allowed the Contractor
for taxes to be paid.
16.01 USE OF EXPLOSIVES
If it is necessary to use explosives in the performance of the Work, the Contractor shall take out
permits and comply with all the laws, ordinances and regulations governing the same. He shall
fully protect all completed work as well as all overhead, surface or underground structures and
shall be liable for any damage done to the Work or to other structures on public or private
property and injuries sustained by persons, by reason of the use of explosives in his operations.
Explosives shall be handled, used and fired only by experienced persons.
All firing shall be done by electricity. All explosive supplies shall be safely stored and protected in
an approved manner. All such storage places shall be marked clearly "DANGER -
EXPLOSIVES". Caps or other exploders shall not be stored at the same place where dynamite
or other explosives are stored.
17.01 PATENTED DEVICES, MATERIALS AND PROCESSES
If the Contract requires, or the Contractor desires, the use of any design, device, material or
process covered by letters, patent or copyright, trade mark or trade name, he shall provide for
such use by suitable legal agreement with the patentee or Owner and a copy of said agreement
shall be filed with the Owner. The Contractor and the Surety shall indemnify and save harmless
the Owner from any and all claims for infringement by reason of the use of any such patented
design, device, material or process, or any trade mark or trade name or copyright in connection
with the Work agreed to be performed under the Contract, and shall indemnify the Owner for any
costs, expense, and attorney's fees incident to litigation by reason of such infringement, at any
time during the prosecution or after the completion of the Work.
18.01 MATERIALS
Unless otherwise specified, and except as provided below in this Article as to recycled materials,
all materials shall be new, and both workmanship and material shall be of good quality. The
Contractor shall, if required, furnish satisfactory evidence as to the kind and quality of materials or
tools used by him.
The Owner encourages the use of recycled building materials wherever practical and appropriate,
provided the product with recycled content meets the required performance standards.
The source of supply of the materials to be used shall be approved by the Irrigation Consultant
before delivery is started. The approval of the source of any material will stand only so long as
the material itself conforms to the specifications. Only materials conforming to the requirements
of these specifications shall be used in the Work. The source of any material shall not be
changed at any time without the written approval of the Irrigation Consultant. The contractor shall
be required at any time to furnish a complete statement of the origin, composition, and
36
manufacturer of any or all materials required in the Work, or to submit samples of the same.
Materials shall be stored to ensure the preservation of their quality and fitness for the Work and
such materials, even though approved for storage, shall be subject to test and must meet the
requirements of these specifications at the time it is proposed to use them in the Work. Materials
shall be stored in a manner that will facilitate inspection.
The portion of the site or right-of-way not required for public travel may, with the consent of the
Owner, be used for storage purposes, and for the placing of the Contractor's plant equipment, but
any additional space required, unless otherwise stipulated, shall be provided by the Contractor at
his expense.
All materials, supplies and articles furnished shall, whenever so specified, and otherwise
wherever practicable, be the standard stock products of recognized reputable manufacturers, or
equal.
From the commencement of the Work until the completion of the same, the contractor shall be
solely responsible for the care of the Work covered by the Contract and for the materials
delivered at the site intended to be used in the Work and all injury or damage to the same from
whatever cause, shall be made good at his expense before the final estimate is made. He shall
provide suitable means of protection for and shall protect all materials intended to be used in the
Work and all work in progress as well as completed work. He shall take all necessary
precautions to prevent injury or damage to the Work in progress of construction by flood, freezing
or from imminent inclement weather at any and all times and only approved methods shall be
used for this purpose.
When tests of materials are necessary, such tests shall be made by and at the expense of the
Owner unless otherwise required in the Contract Documents. The Contractor shall afford such
facilities as the Irrigation Consultant may require for collecting and forwarding samples, and shall
not use the materials represented by the samples until tests have been made and the materials
have been found to satisfy the requirements of these specifications. The Contractor in all cases
shall furnish the required samples without charge.
All materials not conforming to the requirements of these specifications shall be considered as
defective and all such materials, whether in place or not, will be rejected and shall be removed
immediately from the site, unless otherwise permitted. No material which has been rejected, the
defects on which have been corrected or removed, shall be used until approval has been given.
If the Contractor does not remove such condemned work and materials within a reasonable time
fixed by written notice, the Owner may remove them and may store the materials at the expense
of the Contractor. If the Contractor does not pay the expense of removal and storage within ten
(10) days thereafter, the Owner may, upon ten days written notice, sell such materials at auction
or at private sale and shall account for the net proceed thereof, after deducting all the cost and
expenses that should have been borne by the Contractor.
The Contractor shall promptly remove from the site all materials condemned by the Irrigation
Consultant as failing to conform to the Contract, whether incorporated in the Work or not and the
contractor shall promptly replace and re -execute his work in accordance with the Contract
Documents without expense to the Owner and shall bear the expense of making good all work of
the other contractors destroyed or damaged by such removal or replacement.
19.01 "OR EQUAL" CLAUSE
Whenever in any of the Contract Documents any article, appliance, devise or material is
37
designated by the name of the manufacturer or vendor or by any proprietary name and such
name is not followed by the words "or equal", it shall be deemed that such words "or equal' do
follow such designation unless the context clearly requires a contrary construction. The specific
article, appliance, device or material designated shall be understood as indicating the type,
function, minimum standard of design, efficiency and quality desired, and shall not be construed
so as to exclude other products of comparable quality, design and efficiency, unless the context
clearly requires a contrary construction. Any article or material equaling the standards fixed may
be used in place of that specifically mentioned by the specifications provided that the material
proposed is first submitted to and accepted in writing by the Owner or his authorized
representative.
The foregoing "or equal' provisions include the use of recycled materials provided the product
with recycled content meets the required performance standards.
20.01 PROSECUTION OF WORK
All dealings of the Owner will be with the Contractor. No work shall be started until the Contract
has been executed and a preconstruction conference has been held.
Definite notice of intention to start work shall be given to the Owner at least five (5) days in
advance of beginning the Work. Such starting time shall be within ten(10) calendar days after the
date of receipt by the Contractor of notice to proceed by the Owner. The official starting time
shall be taken as the date on which the Contractor is notified by the Owner that he has fulfilled all
preliminary requirements of the Owner. The official completion date will be the date specified,
allowing time for completion of the Work. Should the prosecution of the work for any reason be
discontinued temporarily, by the Contractor, with the consent of the Irrigation Consultant, he shall
notify the Irrigation Consultant at least twenty-four (24) hours before again resuming operations.
The Contractor shall submit, at such times as may reasonably be requested by the Irrigation
Consultant, schedules which shall show the order in which the Contractor proposes to carry on
the Work, with dates at which the Contractor will start the several parts of the Work, and
estimated dates of completion of the several parts. If deemed necessary by the Irrigation
Consultant, he shall have the right to change such schedule of operation as required if it does not
change the Contract Time. Any proposed change to the deadlines for substantial completion or
final completion must be approved by the Owner.
The Work shall be prosecuted in such manner as to ensure its completion within the time set forth
in the contract. In case of failure to prosecute the Work in such a manner as to ensure its
completion within the date specified, the Owner shall have the right to require the Contractor to
place in operation such additional force and equipment as is deemed necessary.
21.01 SUPERINTENDENCE AND SUPERVISION
The Contractor shall keep on the site, during the progress of the Work a competent
superintendent and any necessary assistants. The superintendent shall not be changed except
with the consent of the Owner unless the Superintendent proves unsatisfactory to the Contractor
and ceases to be in his employ. The Superintendent shall represent the Contractor in his
absence, and all directions given to him shall be a binding as if given to the Contractor. Important
directions shall be confirmed in writing to the Contractor. Other directions shall be so confirmed
on written request in each case.
The Contractor shall give efficient supervision to the Work, using his best skill and attention, shall
carefully study and compare all drawings, specifications and other instructions and shall be at
once report to the Irrigation Consultant any error, inconsistency or omission which he may
M
discover, but he shall not be held responsible for their existence or discover.
The Contractor will be supplied, by the Owner, copies of Plans and Specifications. He shall have
said Plans and Specifications available on the Work, at all times, during the prosecution of the
Work. He shall give the Work his constant attention to facilitate the progress thereof and shall
cooperate with the Irrigation Consultant in setting and preserving stakes, bench marks, etc., and
in all other things that are necessary for the satisfactory completion of the Work contemplated.
22.01 PRIVILEGES OF CONTRACTOR IN STREETS AND RIGHTS -OF -WAY
For the performance of the contract, the Contractor will be permitted to occupy such portions of
City streets, or other public spaces, or other rights -of -way, shown on the plans, or as permitted by
the Owner. In the case of County Road rights -of -way, the Contractor will request and gain
approval from the County prior to the Contractor working in county rights -of -way or constructing
either permanent or temporary accesses. No amount of tools, materials, and equipment for
construction may be stored on public spaces without City or County approval. Other contractors
of the Owner may, for all purposes of their contracts, enter upon the Work and site used by the
Contractor, and the Contractor shall give to other contractors of the Owner all reasonable facilities
and assistance for the completion for their work.
Where the Work encroaches upon any right-of-way of any railway, or State or County Highway,
the Contractor will secure the necessary easement or permit for the Work. Where railway tract or
highway are to be accessed or crossed, the Contractor shall observe all the regulations and
instructions of the railway company or Highway Department as to methods of doing the Work, or
precautions for safety of property and the public.
23.01 CONTRACTOR COOPERATION
Not applicable.
24.01 IRRIGATION CONSULTANT'S STATUS
The Irrigation Consultant shall be the Owner's representative during the construction period. The
Irrigation Consultant shall make periodic visits to the site to observe the progress and quality of
the work and to determine if, in general, the work is proceeding in accordance with the Contract
Documents. His efforts will be directed at providing assurance for the Owner that the completed
work will conform to the requirements of the Contract Documents. On the basis of his on -site
observations as an experienced and qualified design professional, he will keep the Owner
informed of the progress of the work and will endeavor to guard the Owner against defects and
deficiencies in the work of Contractors.
The Irrigation Consultant is recognized by both parties to the Contract as the initial interpreter of
the terms and conditions of the Contract Documents. He shall, within reasonable time, make
decisions on all claims of the Owner, or the contractor, on all matters relating to the execution and
progress of the Work, or the interpretation of the Contract Documents.
The Irrigation Consultant shall decide any and all questions as to quality of materials furnished for
the Work and shall decide all questions regarding the interpretations of specifications or plans
relating to the Work, and shall determine the amount and quantity of several kinds of work
performed, and materials furnished, which are to be paid for under the Contract. Any work not
specifically specified on the plans, but which may be fairly implied, or understood, as included in
the Contract, shall be done by the Contractor without extra charge, and the Irrigation Consultant
shall be permitted to make such corrections and interpretations as may be deemed necessary for
the fulfillment to the extent of the plans and specifications. In the case of any discrepancy
39
occurring between the plans and specifications, the decision of the Irrigation Consultant is final.
Notwithstanding the foregoing, the Owner retains sole authority to approve changes to Contract
Sum or Contract Time. Irrigation Consultant decisions on that affect Contract Sum or Contract
Time are not final until approved by the Owner.
25.01 SUSPENSION AND RESUMPTION OF WORK
The Irrigation Consultant shall have the authority to suspend the Contractor's operations wholly or
in part for such periods of time as he may deem necessary because of unsuitable weather or
other conditions which he considers unfavorable for the prosecution of the Work, or because of
the non -completion of work being done under other contracts for the same construction, or for
such time as may be necessary because of the failure of the Contractor to comply with the
provisions of the Contract. Such "Suspension of Work Order" shall be in writing and will state the
reason or reasons for such suspension, the effective date, and the operations suspended. Any
work done by the Contractor contrary to such "Suspension of Work Order" shall be considered as
unauthorized work and as having been done at the expense of the Contractor.
No operations which have been suspended by a "Suspension of Work Order" shall be resumed
until the Irrigation Consultant has issued a "resumption of Work Order". The order to resume
operations will be issued when, in the opinion of the Irrigation Consultant, the conditions which
justified suspension no longer exist. This order shall be in writing and will state the reason or
reasons for ordering such resumption, the effective date, and the operations to be resumed.
If it should become necessary to suspend operations by any indefinite period, the Contractor
shall, before leaving the Work, take every precaution to store all materials and equipment in such
a manner to prevent damage or deterioration, protect the Work performed, and provide suitable
drainage of the Work and shall erect temporary structures where necessary.
The Irrigation Consultant shall also have the authority to order the resumption of any operations
which may have been suspended by the Contractor.
Such "Resumption of Work Order" shall be in writing and will state the reason or reasons for
ordering such resumption, the effective date, and operations to be resumed. Working days will
be counted from the effective date of such order whether or not the Contractor resumes his
operations as ordered.
26.01 OBSERVATION OF WORK
The Irrigation Consultant and his representatives shall at all times have access to the Work
wherever it is in preparation or progress, and the Contractor shall provide proper facilities for such
access and for observation.
An inspector may be stationed on the Work to report to the Irrigation Consultant as to the
progress of the Work and the manner in which it is performed, also to report when it appears that
the materials furnished, or the Work performed by the Contractor fail to fulfill the requirements of
the Contract and to call to the attention of the Contractor any such failure or infringement. In case
of any dispute arising between the Contractor and the Inspector as to the material furnished, or
the manner of performing the Work, the Inspector shall have the authority to reject materials or
suspend the Work until such matter can be referred to, and decided by the Irrigation Consultant.
No advice which the Inspector may give the Contractor shall be construed as binding upon the
Owner nor will such advice release the Contractor from the fulfillment of the terms of the Contract.
If the specifications, the Irrigation Consultant's instructions, laws, ordinances, or any public
authority require any work to be specially tested or approved, the Contractor shall give the
.M
Irrigation Consultant timely notice of its readiness for inspection, and if the inspection is by
another authority than the Irrigation Consultant, of the date fixed for such inspection. Inspections
by the Irrigation Consultant shall be promptly made and where practicable at the source of
supply. If any work shall be covered up without approval or consent of the Irrigation Consultant, it
must, if required by the Irrigation Consultant, be uncovered for examination at the Contractor's
expense.
Re-examination of questioned work may be ordered by the Irrigation Consultant, and if so
ordered, the Work must be uncovered by the Contractor. If such work be found in accordance
with the Contract Documents, the Owner shall pay the cost of re-examination and replacement. If
such work be found not in accordance with the Contract Documents, the Contractor shall pay
such cost unless he shall show that the defect in the work was caused by another contractor,
other than the Contractor's subcontractor, in which event the Owner shall pay the cost.
27.01 DEFECTIVE WORK
All work not conforming to the requirements of the Specifications shall be considered as defective
and will be rejected. The Contractor shall remove and renew or repair all such defective work as
ordered, in writing, by the Irrigation Consultant.
Should the Contractor fail or refuse to remove or renew any defective work performed previously,
or to make any necessary repairs in an acceptable manner and in accordance with the
requirements of the Specifications, within the time indicated in writing, the Irrigation Consultant
shall have the authority to cause the unacceptable or defective work to be removed and renewed
or repaired at the Contractor's expense. An expense incurred by the Owner in making these
removals, renewals, or repairs, which the Contractor has filed or refused to make shall be paid for
out of any monies due or which may become due the Contractor. Continued failure or refusal on
the part of the Contractor to make any or all necessary repairs promptly, fully and in acceptable
manner shall be sufficient cause for the Owner at his option, to purchase materials, tools and
equipment, and employ labor or to contract with any other individual, firm or corporation to
perform the Work. All costs and expenses incurred thereby shall be charged against the
Contractor, and the amount thereof deducted from any monies due or which may become due
him under this Contract. Any work performed, as described in this paragraph, shall not relieve
the Contractor in any way from his responsibility for the Work performed by him.
The Owner shall also have authority to take over and use defective work without compensation to
the Contractor when the Contractor fails or refuses to rebuild such faulty work.
28.01 ACCIDENT PREVENTION
Precaution shall be exercised at all times for the protection of persons (including employees) and
property. The safety provisions of applicable laws, building and construction codes shall be
observed. Machinery, equipment, and all hazards shall be guarded in accordance with the then
current State and Federal O.S.H.A. laws and regulations.
29.01 SITE TO BE KEPT CLEAN
The Contractor shall clean and keep clean from waste, materials or refuse resulting from his
operations, the site of the Work, the streets, the Work and public property occupied by him.
Equipment not useable on the Work shall be promptly removed and the adjacent premises
maintained in a neat and orderly condition at all times. Advertising signs in general will not be
permitted on the Work.
Upon completion of the Work and before acceptance and final payment shall be made, the
Contractor shall remove from the Work, streets and adjacent property, all surplus and discarded
41
materials, equipment, rubbish and temporary structures, and restore in an acceptable manner all
property, both public and private, which has been damaged during the prosecution of the Work,
and shall leave the site in a neat and presentable condition for its intended use.
30.01 PROTECTION OF THE WORK
The Contractor shall furnish, erect and maintain good and sufficient lighted barricades at all
approaches to the Work as necessary to protect the Work and the public. He shall protect all
portions of the Work from damage or defacement, and shall keep all traffic and extraneous loads
off from the several parts of the Work for appropriate periods of time, particularly after seed
installation.
Where the Work is carried on, in or adjacent to, any street or public place, the Contractor shall at
his own expense furnish and erect such barricades, fences, lights, and danger signals and shall
provide such watchmen and shall take such other precautionary measures for the protection of
persons and property, and of the Work, as are necessary. Excavations in which water stands
shall be securely barricaded with suitable fencing so as to prevent access by small children at all
times work is not being carried on a the site of excavation. A sufficient number of barricades shall
be erected to keep vehicles from being driven on or into any work under construction.
The Contractor shall provide at his own expense all methods for adequately draining the Work
and shall assume full responsibility and liability for damage to any persons or property resulting
from such drainage methods.
No trees shall be cut except as directed or upon specific authority of the Irrigation Consultant.
Trees adjacent to the Work shall be protected from all damage by the construction operations.
31.01 DAMAGE TO EXISTING IMPROVEMENTS
All damage done to exiting Owner improvements during the progress of the work shall be
repaired by the Contractor under the direction of the Irrigation Consultant. Such repairs shall be
made according to the requirements of the standard specifications of the Owner for the various
types of improvements or classes of work required.
The Contractor shall be entirely responsible for the protection of all improvements that are not
designated by the Plans and Specifications to be removed for proper construction of the Work.
32.01 PROTECTION AND RESTORATION OF PROPERTY
The Contractor shall not enter upon private property for any purpose without having previously
obtained permission from the owner. The Contractor shall be responsible for the preservation of,
and shall use every precaution to prevent damage to all trees, shrubs, lawns, fences, culverts,
bridges, pavements, driveways, sidewalks, etc,; all water, sewer and gas lines; all conduits, and
overhead pole lines or appurtenances thereof; and all other public or private property along or
adjacent to the Work.
The Contractor shall notify the proper representatives of any public utility, corporation, and
company or individual, not less than forty eight hours in advance of any work which might
damage or interfere with the operation of their or his property along or adjacent to the Work. The
Contractor shall be responsible for all damages or injury to property of any character or method of
executing the Work, or due to his non -execution of the Work, or at any time due to defective work
or materials. He shall restore, or have restored at his own cost and expense, such property to a
condition similar or equal to that existing before such damage or injury was done, by repairing,
rebuilding, or otherwise restoring as may be directed, or he shall make good such damage from
42
injury in a manner acceptable to the Irrigation Consultant. In case of failure on the part of the
Contractor to restore such property or made good such damage or injury, the Irrigation
Consultant may, upon forty-eight hours written notice under ordinary circumstances and without
notice when a nuisance or hazardous condition results, proceed to have repaired, rebuilt, or
otherwise restored such property as may be determined necessary, and the cost thereof will be
deducted from any monies due to the Contractor under this Contract and if not so deducted, the
Contractor will be obligated to forthwith reimburse the Owner for the cost thereof.
Prior to construction, the Contractor shall obtain field locations or other assistance as may be
required to determine the existence and location of gas mains and other private utilities as well
public utilities of the City, County or State which my be underground or overhead within streets,
rights -of -way, easements, or the Work which may be interfered with under this Contract.
Existing underground, surface, or overhead structures or utilities are not necessarily shown on
the plans, and those shown are only approximately correct and no responsibility is assumed by
the Owner or the Irrigation Consultant for the accuracy of location. The Contractor shall make
such investigations as are necessary to determine the extent to which existing structures may
interfere with the work under this Contract.
The Contractor shall not claim or be entitled to receive compensation for any damages sustained
by reason of the inaccuracy or the omission of any of the information given on the plans, relative
to the surface, overhead or underground structures or utilities and shall be responsible to protect
and maintain their operation during the time the Work is in progress.
The Owner and the Irrigation Consultant shall be indemnified and saved harmless from any suit
or expense claim brought for or on account of any damage, maintenance, removal and/or
replacement, or relocation of mains, conduits, pipes, poles, wires, cables or other such structures
of private utility firms or corporations, whether underground or overhead, that may be caused or
required by the Contractor during the time the Work is in progress. However, in cases where
alignment, as shown on the plans, coincides with the existing location of either an overhead or
underground privately owned utility (installed and located in accordance with a permit issued by
the City or County) so that, in the opinion of the Irrigation Consultant, the relocation of said utility
is required to complete the installation, the Owner shall provide for such relocation.
33.01 WORK IN STORMS
The Irrigation Consultant shall have the right to stop work during rain or snow storms and all
freshly installed work, shall be protected in a manner to prevent flooding and washing by runoff.
The Contractor, realizing inclement weather in imminent, should not start work that should not be
interrupted. The Contractor will not be entitled to extra compensation for work so stopped or
delayed by the Irrigation Consultant.
34.01 WORKING HOURS AND NIGHT WORK
No motorized equipment shall be started prior to 7:00 a.m. each morning or run later than 7:00
p.m. each night. Motorized equipment will be allowed Monday -Saturday. No work on Sundays
without prior authorization by the Owner.
Work shall be done at night only in the case of emergency and only upon the direction of the
Owner.
35.01 NOISE ELIMINATION
The Contractor shall eliminate noise to as great an extent as possible at all times. Air
43
compressors shall be equipped with silences and the exhausts of all gasoline and diesel
equipment or other power equipment shall be equipped with mufflers.
36.01 WATER
The Contractor shall make arrangements with the proper City officials and/or private parties for
obtaining any water which may be needed.
37.01 SANITARY PROVISIONS
The Contractor shall comply with all laws, rules and regulations of the State and Local Health
Authorities and shall take necessary precautions to avoid unsanitary conditions.
Suitable sanitary conveniences for the use of all persons employed on the Work properly
screened from public observation, shall be provided and maintained by the Contractor through
the progress of the Work.
38.01 FOSSILS
Should any fossils, archeological treasure or other unusual or valuable geological formations be
found in the progress of the Work, such fossils, treasure or sample of geological formations shall
be carefully preserved by the Contractor who shall promptly notify the Owner so the proper
authorities and interested parties may be notified. These items shall be the property of the
Owner.
39.01 FAILURE TO COMPLETE THE WORK ON TIME
The Contractor guarantees that he can and will complete the Work within the time limit stated in
the Contract, or within the time as may be extended by Change Order. Inasmuch as the damage
and loss to the Owner which will result from the failure of the contractor to complete the Work
within the stipulated time, will be most difficult or impossible of accurate assessment, the damage
to the Owner for such delay and failure on the part of the Contractor shall be liquidated at a daily
rate in an amount as specified in paragraph 41.01 of the General Conditions for each calendar
day, Sundays and Legal Holidays included, by which the Contractor shall fail to complete the
work or any part thereof in accordance with the provisions hereof. Such liquidated damages shall
not be considered as a penalty but as the extra cost of field and office administration and
inspection time. The Owner will deduct and retain out of any monies due or become due
hereunder the amount of liquidated damages.
Permitting the Contractor to continue and finish the Work or any part of it after the time fixed for
its completion, or after the date of which the time for completion may have been extended, shall
in no way operated as a waiver on the part of the Owner of any of its rights under the Contract.
Neither by the taking over of the Work by the Owner, nor by the termination of the Contract, shall
the Owner forfeit the right to recover liquidated damages from the Contractor or his Surety for
failure to complete the Contract.
40.01 DELAYS AND EXTENSION OF TIME
If the Contractor should be delayed at any time in the progress of the Work by an act or neglect of
the Owner or Irrigation Consultant or any employee of either, or by any other contractor employed
by the Owner, or by changes ordered in the Work, or by strike, fire, unusual delay in
transportation, unavoidable casualties or other causes beyond the Contractor's control, or by any
cause which the Irrigation Consultant shall decide to justify the delay, then the time of completion
shall be extended for such reasonable time as the Owner may decide, and the decision of the
Owner shall be binding on both parties and shall not be arbitrary or unreasonable. No such
extension shall be made for delay unless claim therefore is made in writing to the Irrigation
Consultant with seven (7) days after the period of delay shall have commenced. The Contractor
shall not be entitled to extension of time for each several causes of delay operative concurrently,
but only for the actual period of delay.
41.01 LIQUIDATED DAMAGES
Beginning on Monday, October 23, 2023 an amount equal to two hundred dollars ($200.00) per
calendar day will paid by the Contractor for completion of work after the substantial completion
date and until completion of the work.
Time extensions may be granted due to increases in the Contract amount or by formally
approved extensions granted by the Owner. If the Contractor does not diligently pursue the
completion of the project, the Owner will have the liberty of taking action for damages. The
liquidated damages provision is intended as a reasonable estimate of the Owner's damages
caused by the Contractor's failure to complete the work by the completion date and as a
settlement of actual damages that might arise because of such failure. The parties agree that
these damages are reasonable, bear significant relation to the actual damages which the Owner
might sustain, which damages Contractor and Owner would agree would be uncertain and
difficult to prove, and is not a penalty for the Contractor's failure to perform.
42.01 UNAUTHORIZED WORK
Except as otherwise provided in the Contract, work done without lines or elevations being given
or with materials which have not been given the required inspection may be considered as
unauthorized work and as having been done at the expense of the Contractor. Compensation for
such work will be made only in the event the Irrigation Consultant determines it to be acceptable
to the Owner. Any work which may be done by the Contractor prior to the approval of the
Contract may be considered as unauthorized work and as having been done at the expense of
the Contractor. Compensation for such work will be made only in the event that the Contract is
approved and the Irrigation Consultant determines the work to be acceptable to the Owner.
Any work done which is not specified in the Contract Documents and which is not ordered by the
Irrigation Consultant to be done in writing, and any work done by the Contractor contrary to the
terms of any "Suspension of Work Order" issued by the Irrigation Consultant will be considered
as unauthorized work and will not be paid for by the Owner. Any unauthorized work may be
ordered removed and replaced at the Contractor's expense.
Notwithstanding the foregoing, the Owner retains sole authority to approve changes to Contract
Sum or Contract Time. Irrigation Consultant decisions on that affect Contract Sum or Contract
Time are not final until approved by the Owner.
43.01 CONFORMITY WITH PLANS AND ALLOWABLE DEVIATIONS
No deviations from the plans for the Work or deviations from approved change orders will be
permitted without the written order of the Irrigation Consultant and approval of the Owner.
44.01 COORDINATION OF PLANS AND SPECIFICATIONS
The Contractor shall take no advantage of any apparent error, inconsistency or omission in the
Contract Documents or the Plans or Specifications, but the Irrigation Consultant shall be
permitted to make such corrections and interpretations as may be deemed necessary for the
45
fulfillment of the intent of the Contract Documents and the Plans and Specifications.
Any work not herein or on the plans specifically specified but which may be fairly implied or
understood as included in the Contract, shall be done by the Contractor without extra charge.
Any ambiguity or discrepancy in the Plans or Specifications shall be adjusted by using the best
class of work or materials.
In the case of any discrepancy between the scale and figures on all plans, details, etc., the
figured dimensions shall govern.
In the case of any discrepancy between the quantities shown in the proposal and those shown on
the plans, the plans shall prevail. In case any other discrepancy that occurs between the Plans
and the Specifications, the decision of the Irrigation Consultant shall be decisive thereon.
45.01 CONTRACTOR'S RIGHT TO REQUEST CHANGES
If the Contractor shall discover prior to or during construction anything in the Plans or
Specifications or in supplementary directions by the Irrigation Consultant which in the opinion of
the Contractor appears to be omitted or in error, he shall forthwith advise the Irrigation Consultant
in writing of the particulars. It is understood and agreed that, if no objections is raised by the
Contractor under the provisions of this paragraph, the Contractor waives any right to contest the
provisions of his Contract on the basis of faulty design.
46.01 ALTERATIONS OF PLANS OR CHARACTER OF WORK
The Plans and Specifications show the Work to be performed. Construction conditions may
require that minor changes be made in locations and installation of the Work and equipment to be
furnished and other work to be performed hereunder and the Contractor when ordered by the
Irrigation Consultant shall make such adjustments and changes do not alter the quantity or cost of
the Work as a whole and provided further the Plans and Specifications showing such adjustments
and changes are furnished the Contractor by the Irrigation Consultant within a reasonable time
and before any work involving such adjustments and changes are made.
Notwithstanding the foregoing, the Owner retains sole authority to approve changes to Contract
Sum or Contract Time. Irrigation Consultant decisions on that affect Contract Sum or Contract
Time are not final until approved by the Owner.
48.01 CHANGES IN THE WORK
The Owner, to the extent authorized by law, may order and direct extra work or make changes in
the Work by altering, adding to, or deducting from the Work without invalidating the Contract, and
the Contract sum will be adjusted accordingly. No such order for extra work or change shall be
valid unless communicated to the Contractor in writing. All such work shall be executed under
the conditions of the original Contract, except that any claim for extension of time caused thereby
shall be adjusted at the time of ordering such change.
The value of any authorized extra work or change shall be determined for purpose of
compensating the Contractor in one or more of the following ways:
By unit prices named in the Contract wherever such unit prices are applicable to the extra work or
change.
By an acceptable lump sum proposed from the Contractor and accepted in writing by the Owner.
W.
Where the above does not apply and Owner and Contractor cannot agree, then by force account
paid for in the following manner:
For all labor and foreman in direct charge of the specific work, the Contractor will receive the
actual wages paid for each and every hour that said labor and foreman are actually engaged in
such work, plus the cost of bond, insurance, and taxes allowable to such wage cost, to which cost
shall be added ten (10) percent of the sum thereof for overhead and profit. No additional charge
shall be made by the Contractor for organization or overhead expenses or profit.
For all materials unused, the Contractor will receive the actual cost of such materials including
freight charges as shown by original receipts or bills, to which cost shall be added ten (10)
percent of the sum thereof.
Where materials are not specifically purchased for "Force Account" work, but are taken from the
Contractor's stock, the Contractor shall submit an affidavit of the quality, price and freight on such
materials in lieu of original bills and invoices. The affidavit shall be approved by the Owner.
For any machinery, trucks, or equipment including fuel and lubricants, which it may be deemed
necessary or desirable to use, the Contractor will receive a reasonable rental price, for each and
every hour that said machinery, trucks and equipment are in use on such work, and to which sum
no percentage will be added. Such rental price shall not exceed the rates established by the
A.G.C. for this district for comparable rentals and shall be subject to the Owner approval.
The compensation as herein provided shall be received by the Contractor as payment in full for
work done by "Force Account" and said ten percent (10%) for labor and said ten percent (10%)
for materials shall be agreed to cover profit, superintendence, general expense, overhead, bond
premiums, insurance and the use of small tools and equipment for which no rental is allowed.
The Contractor or his representative and the Irrigation Consultant or his representative shall
compare records of work on a "Force Account" basis at the end of each day. Copies of records
shall be made in triplicate on Force Account forms, provided for this purpose by the Owner and
signed by both parties. To all such claims for Force Account work, the Contractor shall attach
receipted bills for, or affidavits of materials used and freight receipts covering freight on such
materials used, and said claims shall be presented to the Irrigation Consultant for payment not
later than the fifth (5th) day of the month following that in which the work was actually performed
and shall include all labor charges and material charges insofar as they can be verified.
49.01 CLAIMS AND PROTESTS
If the Contractor claims any instructions by drawings or otherwise to be unfair or involve extra
cost under this Contract for which he would claim extra compensation, he shall give the Irrigation
Consultant written notice thereof within a reasonable time after the receipt of such instructions,
and in any event before proceeding to execute the work, except in emergency endangering life or
property, and the procedure shall then be as provided for changes in the Work. No such claims
will be valid unless so made.
51.01 THE RIGHT OF THE OWNER TO DO THE WORK
If the Contractor should neglect to prosecute the Work properly, or fail to perform any provision of
the Contract, the Owner after three (3) days written notice to the Contractor, may without
prejudice to any other remedy the Owner may have, make good such deficiencies and may
deduct the cost thereof from the payment then or thereafter due the Contractor.\
47
52.01 RIGHT OF THE OWNER TO DECLARE CONTRACTOR IN DEFAULT
In addition to those instances specifically referred to in other Articles herein, the Owner shall have
the right to declare the Contractor in default of the whole or any part of the Work if any of the
following persist uncured for 10 days after written notice of the Owner's intention to declare a
default:
The Contractor becomes insolvent; or if
The Contractor makes an assignment for the benefits of creditors pursuant to the statutes
of the State; or if
A voluntary or involuntary petition in bankruptcy be filed by or against the Contractor; or if
The Contractor fails to commence work when notified to do so by the Irrigation
Consultant; or if
The Contractor shall abandon the Work; or if
The Contractor shall refuse to proceed with the Work; or if
The Contractor shall without just cause reduce his working force to a number which, if
maintained, would be insufficient, to complete the Work in accordance with the approved
Progress Schedule, and shall fail or refuse sufficiently to increase such working; or if
The Contractor shall sublet, assign, transfer, convey or otherwise dispose of this Contract
other than as herein specified; or if
A receiver or receivers are appointed to take charge of the Contractor's property or
affairs; or if
The Contractor is or has been unnecessarily or unreasonable or willfully delaying the
performance and completion of the Work; or the award of necessary sub -contracts, or the
placing of necessary material and equipment orders; or if
The Work cannot be completed within the time herein provided therefore or within the
time to which such completion may have been extended for reasons attributable to
matters within the Contractor's control; or if
The Work is not completed within the time herein provided therefore or within the time to
which the Contractor may be entitled to have such completion extended.
53.01 EXERCISE OF THE RIGHT TO DECLARE IN DEFAULT
The right to declare in default for any of the grounds specified or referred to in Article 51 thereof,
shall be exercised by sending the Contractor a notice, signed by the Owner, setting forth the
ground or grounds upon which such default is declared.
54.01 QUITTING THE SITE
Upon receipt of such notice the Contractor shall immediately discontinue all further operations
under this Contract and shall immediately quit the site, leaving untouched all plant, materials,
equipment, tools and supplies then on the site.
ER
55.01 COMPLETION OF THE WORK AFTER DEFAULT
The Owner, after declaring the Contractor in default, may then have the Work completed by such
means and in such manner, by contract with or without public letting, or otherwise, as it may
deem advisable, utilizing for such purpose such of the Contractor's plant, materials, equipment,
tools, and supplies remaining on the site, and also such subcontractors as it may deem
advisable.
After such completion, the Irrigation Consultant shall make a certificate stating the expenses
incurred in such completion, which shall include the cost of re -letting and also the total amount of
liquidated damages (at the rate provided for in the Special Conditions) from the date when the
Work should have been completed by the Contractor in accordance with the terms hereof to the
date of actual completion of the Work. Such certificate shall be binding and conclusive upon the
Contractor, his Sureties, and any person claiming under the Contractor, as to the amount thereof.
The expense of such completion, as so certified by the Irrigation Consultant shall be charged
against and deducted out of such monies as would have been payable to the Contractor, if he
had completed the Work; the balance of such monies, if any, subject to the other provisions of
this Contract, to be paid to the Contractor without interest after such completion. Should the
expense of such completion, so certified by the Irrigation Consultant, exceed the total sum which
would have been payable under this Contract if the same had been completed by the Contractor,
and such excess shall be paid by the Contractor to the Owner upon demand.
56.01 PARTIAL DEFAULT
In case the Owner shall declare the Contractor in default as to a part of the Work only, the
Contractor shall discontinue such part, shall continue performing the remainder of the Work in
strict conformity with the terms of the Contract, and shall in no way hinder or interfere with any
other contractors or persons who the Owner may engage to complete the Work as to which the
Contractor was declared in default.
The provisions of the clauses relating to declaring the Contractor in default as to the entire Work
shall be equally applicable to a declaration of partial default except that the Owner shall be
entitled to utilize for completion of the part of the Work as to which the Contractor was declared in
default only such plant, materials, equipment, tools, and supplies as had been previously used by
the Contractor on such part.
57.01 SCOPE OF PAYMENT
The Contractor shall receive and accept the compensation as herein provided, in full payment for
furnishing all materials, labor, tools, equipment, royalties, fees, insurance permits, bonds, etc.,
and for performing all Work contemplated and embraced under the Contract, also for all loss or
damage arising out of the nature of the Work, or from the action of the elements, until its final
acceptance by the Owner, and for all risks connected with the prosecution of the Work, also for all
expenses incurred by, or in consequence of, the suspension or discontinuance of prosecution of
the Work as herein specified and for completing all of the Work embraced in the Contract.
The Contractor shall under this Contract price furnish and pay for all material and incidental work,
furnish all accessories, and do everything which may be necessary to carry out the Contract in
good faith, which contemplates everything completed, in good working order, or good material
with accurate workmanship.
58.01 MEASUREMENTS
Before ordering any materials or doing any of the Work, the Contractor shall verify all
measurements and shall be responsible for the same.
The contract is a lump sum contract. Absent an approved change order, no extra charge or
compensation will be allowed on account of difference between actual dimensions and
measurements indicated on the plans; any difference which may be found shall be submitted to
the Irrigation Consultant for consideration before proceeding with the Work.
U.S. Standard Measures have been used in the measurement of all work to be completed and
such measurements have been used as a basis for the computation of the quantities of work to
be performed. If change order work is to be paid for by units of length, area, or volume, only the
net amount of work actually done, as it shall appear in the finished Work and herein specified
shall be paid for, local customs to the contrary not withstanding.
59.01 APPLICATION FOR PAYMENTS
Prior to the first application for payment, the Contractor shall submit to the Irrigation Consultant a
schedule of values for the various parts of the Work, including the quantities, aggregating the total
sum of the Contract divided so as to facilitate payments to subcontractors, made out in such form
and supported by such evidence as to its correctness as the Irrigation Consultant may direct.
The Contractor shall submit to the Irrigation Consultant an application for each payment verified
as required by law for claims against the Owner, and, if required, receipts or other vouchers
showing his payments for materials and labor including payments to subcontractors.
Application for progress payments authorized by the Contract shall be submitted by the 5th day of
the month following the months for which payment is requested. In applying for payments the
Contractor shall submit a statement based upon this schedule, supported by such evidence as
the Irrigation Consultant may direct, showing his right to payment claimed. Payment claimed on
account of materials delivered and suitably stored at the site, but not incorporated in the Work,
shall, if required by the Irrigation Consultant, be conditioned upon submission by the Contractor of
bills of sale, or such procedure as will establish the title of the Owner to such material, or
otherwise adequately protect the interest of the Owner. The Irrigation Consultant will examine
claims for payment promptly, and his determination of the amount due on progress payments will
be final. Applications shall be made on AIA Document G702 with the accompanying Continuation
Form.
60.01 PARTIAL PAYMENTS
A. Provisions Applicable to All Contractors:
Prior to substantial completion, unless payments are withheld by the Owner for reasons
hereinbefore stated, or as stated in 62.01 of this article, payment will be made at least
once a month on a basis of ninety percent (95%) of the Work done, provided the Work is
progressing to the satisfaction of the Irrigation Consultant, five percent (5%) will be
retained.
Prior to substantial completion, monthly estimates may include the value of acceptable
materials required in the construction, which have been delivered on the site of the Work,
and for which acceptable provisions have been made for their preservation and storage.
From the total value of the materials so reported, five percent (5%) will be retained. Such
material, when so paid for by the Owner, shall become the property of the Owner, and in
the event of the default on the part of the Contractor, the Owner may use or cause to be
50
used such materials in the construction of the Work provided for in the Contract. The
amount thus paid by the Owner for materials shall go to reduce estimates due the
Contractor as the material is used in the Work.
After substantial completion, the Owner will retain $500 plus 250% of the estimated cost
to correct or complete the remaining work.
Vouchers will be processed for payment by the Owner not later than the third Tuesday of
the following month, unless delayed by requirements for examination or auditing by other
authorities.
B. No Contract Bond. No Partial Payments
If the Contractor has not given the Owner a Contract Bond acceptable to Owner for the
completion any payment of the Work, no partial payments shall be made, but only one
final payment shall be made pursuant to, and on all conditions stated in Article 60 hereof.
61.01 CERTIFICATE OF PAYMENT
If the Contractor has made application as above, the Irrigation Consultant shall, no later than the
date when each payment falls due, issue to the Contractor a certificate for such amount as he
determines to be properly due.
No certificate issued nor payment made to the Contractor, no partial, or entire, use, or occupancy
of the Work by the Owner, shall be acceptance of the Work or materials not in accordance with
this Contract.
62.01 PAYMENTS WITHHELD
The Owner may withhold, In addition to a retained percentage, for payment to the contractor such
an amount or amounts as may be necessary to cover:
a.) Defective Work not remedied.
b.) Claims for labor or materials furnished the Contractor or subcontractor, or reasonable
evidence indicating probable filing of such claims.
c.) Failure of the Contractor to make payments properly to subcontractors or for
materials or labor.
d.) A reasonable doubt that the Contract can be completed for the balance then unpaid.
e.) Evidence of damage alleged to be caused by the Contractor to other persons or
property in connection with the Work under the Contract for which claim has been or
will be asserted against the Contractor, the Owner or the Irrigation Consultant.
The Owner may disburse and shall have the right to act as agent for the Contractor in disbursing
such funds as have been withheld pursuant to this paragraph to the party or parties who are
entitled to payment there from, but the Owner assumes no obligation to make such disbursement.
The Owner will render to the Contractor an accounting of all such funds disbursed.
63.01 PROMPT PAYMENT OF CONTRACTORS
The Contractor shall pay any subcontractor within ten days of the Contractor's receipt of payment
from the City for undisputed services provided by the subcontractor. The Contractor shall pay
interest of 1'/2 percent per month or any part of a month to the subcontractor on any undisputed
amount not paid on time to the subcontractor. The minimum monthly interest penalty payment for
an unpaid balance of $100 or more is $10. For an unpaid balance of less than $100, the
51
Contractor shall pay the actual penalty due to the subcontractor. A subcontractor who prevails in
a civil action to collect interest penalties from a Contractor must be awarded its costs and
disbursements, including attorney's fees, incurred in bringing the action.
64.01 FINAL PAYMENT
Upon final completion of the Work the Irrigation Consultant shall conduct a visual review of the
work and prepare a summary of the findings. The Irrigation Consultant shall certify in writing to
the Owner as to the completion of the Work appears to be consistent with the intent of the plans
and specifications and that the value of the Work in accordance with the terms of the Contract.
Before issuance of final payment, the Contractor shall submit:
1. Notice of consent to final payment from bonding company.
2. Lien waivers from all subcontractors and suppliers.
3. Warranty bond from bonding company.
4. Irrigation as -built plan
5. All manufacturer literature and manuals.
65.01 CORRECTION OF WORK AFTER FINAL PAYMENT
Neither the final certification, nor payment, nor any provision of the Contract Documents, shall
relieve the Contractor of the responsibility for faulty material or workmanship, and unless
otherwise specified he shall remedy any defects due thereto and pay for any damage to other
work resulting there from which shall appear within a period of one from the date of the final
inspection acceptance report. The Owner shall give notice of observe defects with reasonable
promptness. All questions arising under this Article shall be decided by the Golf Architect.
66.01 NO WAIVER OF LEGAL RIGHTS
The Owner, or its Irrigation Consultant, shall not be precluded or stopped by any measurement,
estimate or certificate, made or given by them, or by any of their agents or employees, under any
provision or provisions, of the Contract, any time either before or after the completion and
acceptance of the Work and payment thereof pursuant to any measurements, estimate or
certificate, from showing the true and correct amount and character of the work performed and
materials furnished by the Contractor or from showing at any time, that any such measurements,
estimate or certificate is untrue or incorrectly made in any particular or to the Specifications and
Contract, and the Owner shall have the right to reject the whole or any part of the aforesaid work
or material, should the measurement , estimate , certificate or payment be found, or be known to
be inconsistent with the terms of the Contract, or otherwise improperly given, and the Owner shall
not be precluded or stopped notwithstanding any such measurement, estimate, certificate and
payment in accordance herewith, from demanding and recovering from the Contractor and his
Surety such damages as it may sustain by reasons of his failure to comply with the terms of the
Specifications and the Contract.
67.01 GUARANTEE
The Contractor shall warrant his construction to be free from defects in material and workmanship,
including the manner of installation, for a period of one (1) year following final acceptance by the
Irrigation Consultant Owner except trench settling and any pipe/fitting failures will be
guaranteed for (2) years.
The Contractor shall warranty all forms of construction deficiency including, but not limited to, settling
of trenches, settling of irrigation or drainage components, settling of tee and green surfaces, settling
52
or cracking of paved surfaces and dead plant material. However, this warranty shall be valid only if
the installation is properly maintained and operated under normal conditions and in accordance with
the manufacturer's instructions. The Contractor shall, upon written notice by the Owner, immediately
replace and make good without expense to the Owner any such faulty part or parts and damage done
by reasons of the same, during the period of one (1) year from the date of final acceptance of the
Work. The date of the substantial completion report shall be considered the beginning of the warranty
period.
If Contractor does not promptly comply within a period of thirty (30) days with the terms of such
instructions, or in an emergency where delay would cause serious risk of loss or damage, Owner
may have the defective Work corrected or the rejected Work removed and replaced, and all direct
and indirect costs of such removal and replacement, including compensation for additional
professional services, shall be paid by Contractor.
53
FORMAL BID PROPOSAL
River Oaks Golf Course Improvements & Irrigation
The undersigned, being familiar with the local conditions affecting the work, and with the Contract
documents, including Instructions to Bidders, General Conditions, Special Provisions, and Technical
Provisions of the specifications, the required experience, the plans and bond requirements on file at the
office of Norby Golf Course Design of Chaska, MN. hereby proposes to furnish all labor, materials,
equipment, and service necessary for and incidental to the construction work as shown in the plans and
specifications prepared by Norby Golf Course Design dated September 23, 2022. The prices listed below
shall include all costs including profit, overhead, general conditions, taxes, fees, permits and supervision.
Total HDPE/TORO G4 OSMAC SMART HUB Irrigation Lump sum Bid $
Estimated Start Date
Estimated Completion Date
ALTERNATES DESCRIPTION CIRCLE ONE
Alternate #1 Eliminate removal of existing irrigation equipment Add/Deduct $
(approx. 750 sprinklers)
UNIT PRICES
All Bidders must provide Unit Prices in this section for all items. The undersigned agrees, if changes to
the project are required and approved by Owner in accordance with requirements of the Contract
Documents, that the cost of such changes will be determined on the basis of the following Unit Prices
taken times the actual quantity of such materials, installed as a result of such change as measured by
the Irrigation Consultant. The undersigned further agrees that each Unit Price include the cost of all
labor, material, sales tax, overhead, profit, insurance, and all other incidentals required to cover the
completion of the work of that Unit Price item in accordance with the Drawings, Specifications and
Contract Documents, including excavating, trenching and backfilling unless otherwise indicated, the sum
of the unit pricing does not equal the total of the lump sum irrigation bid.
Unit Price #1 EC Design Group, Ltd Site Staking/Construction Observation $16,500.00
as included in base bid per lump sum.
Unit Price #2 EC Design Group, Ltd GPS/GIS Record Drawings & Central Hydraulic $22,500.00
Programming as included in base bid per lump sum.
Unit Price #3 Irrigation Contractor to include Grow-In/Quick Start Programming by $5,500.00
Wholegood distributor upon Irrigation Consultant & Superintendent approval
prior to Irrigation Consultant final map as included in base bid per each
Unit Price #4 Toro INF34 LSM series full circle gear driven rotor, 1" Body w/1 '/4" swing joint, $
piping, fittings, 24VAC splices and all associated equipment
(Owner supplied wholegoods)
54
Unit Price #5 Toro INF35 LSM series part circle gear driven rotor, 1" Body w/1 '/4" swing $
Joint, piping, fittings, 24VAC splices and all associated equipment
(Owner supplied wholegoods) per each.
Unit Price #6 Toro 474-00 1" Quick coupler valve with swing joint & stabilizer — complete $
(Owner supplied wholegoods) per each
Unit Price #7 2" 360' AquaFuse PE Lateral Isolation Assembly (as specified) per each $
Unit Price #8 3" Clow Resilient Wedge HDPE Stub -out Isolation Valve per each $
(as specified w/labor and material)
Unit Price #9 4" Clow Resilient Wedge HDPE Stub -out Isolation Valve per each $
(as specified w/labor and material)
Unit Price #10 6" Clow Resilient Wedge HDPE Stub -out Isolation Valve per each $
(as specified w/labor and material)
Unit Price #11 8" Clow Resilient Wedge HDPE Stub -out Isolation Valve per each $
(as specified w/labor and material)
Unit Price #12 10" Clow Resilient Wedge HDPE Stub -out Isolation Valve per each $
(as specified w/labor and material)
Unit Price #13 12" Clow Resilient Wedge HDPE Stub -out Isolation Valve per each $
(as specified w/labor and material)
Unit Price #14 2" HDPE DR 13.5 4710 Pipe per lineal foot (labor and material) $
Unit Price #15 3" HDPE DR 13.5 4710 Pipe per lineal foot (labor and material) $
Unit Price #16 4" HDPE DR 13.5 4710 Pipe per lineal foot (labor and material) $
Unit Price #17 6" HDPE DR 13.5 4710 Pipe per lineal foot (labor and material) $
Unit Price #18 8" HDPE DR 13.5 4710 Pipe per lineal foot (labor and material) $
Unit Price #19 10" HDPE DR 13.5 4710 Pipe per lineal foot (labor and material) $
Unit Price #20 10" HDPE DR 13.5 4710 Pipe per lineal foot (labor and material) $
Unit Price #21 Paige Electric #12/2 type Maxi Decoder wire for underground burial in mainline $
pipe trench per lineal foot
Unit Price #22 #6 AWG Solid bare copper wire (only for Smart Hub grounding) per linear foot $
(no shielding wire required)
Unit Price #23 Paige Electric ground rod assembly w/grounding gem set per each $
Unit Price #24 Paige Electric 36" ground plate assembly w/grounding gem set per each $
Unit Price #25 Paige Electric 96" ground plate assembly w/grounding gem set per each $
Unit Price #26 Maintenance Radio w/DTMF — Qty (4) included in base bid per each $
(as per manufacturers recommendations)
55
Unit Price #27
Apple iPad/Verizon (Qty. 1) WiFi with central control application and
$
LifeProof cover (as specified) per each.
Unit Price #28
Bermad Air/Vacuum Relief Valve (as specified) (10) on base bid per each
$
Unit Price #29
Spare Parts (included in base bid) per each
$
Unit Price #30
A component of the Lump Sum Bid shall be a (25) INF sprinklers
$
(purchased by Owner) contingency. This (25) head contingency shall be bid
as all components (less sprinklers) necessary to install additional head(s), as
the Owner or Owner's Representative see fit. These head(s) shall include piping,
fittings, swing joints, wiring, splice kits, and other incidentals necessary.
This contingency does not include additional controller(s). This expense if needed
will be borne by the Owner. Following will be a unit price for this contingency.
This contingency shall be included in the Lump Sum Bid but the Owner shall
reserve the right to divide the (25) contingency unit price by (25) to determine a
credit, if any at the conclusion of the project.
Unit Price #31
A component of the Lump Sum Bid shall be a (25) Q.C.V. (valves purchased
$
by Owner) contingency. This (25) valve contingency shall be bid as all
components (less valves) necessary to install additional Q.C.V(s), as the Owner
or Owner's Representative see fit. These valve(s) shall include piping, fittings,
swing joints, and other incidentals necessary. This expense, if needed, will be
borne by the Owner. Following will be a unit price for this contingency.
This contingency shall be included in the Lump Sum Bid but the Owner shall
reserve the right to divide the (25) contingency unit price by (25) to determine a
credit, if any, at the conclusion of the project
Rock Clause (where standard vibratory pulling or trench ing/backhoe equipment cannot be utilized for
installation)
2"
$
per lin. Ft
3"
$
per lin. Ft
4"
$
per lin. Ft
6"
$
per lin. Ft
8"
$
per lin. Ft
101,
$
per lin. Ft
Removal and replacement of all unsuitable (deleterious) material $ per cu yd
for backfill (owner supplied replacement material)
Contractor supplied backfill material $ per cu yd
Commodity Pricing:
2" HDPE DR 13.5 4710 Pipe (material unit price only) $ per lin. Ft**
3" HDPE DR 13.5 4710 Pipe (material unit price only) $ per lin. Ft**
4" HDPE DR 13.5 4710 Pipe (material unit price only) $ per lin. Ft**
56
6" HDPE DR 13.5 4710 Pipe (material unit price only)
$
per lin. Ft**
8" HDPE DR 13.5 4710 Pipe (material unit price only)
$
per lin. Ft**
10" HDPE DR 13.5 4710 Pipe (material unit price only)
$
per lin. Ft**
12" HDPE DR 13.5 4710 Pipe (material unit price only)
$
per lin. Ft**
#4 tray cable 220V field power (as required)
$
per lin. Ft**
#6 tray cable 220V field power (as required)
$
per lin. Ft**
#8 tray cable 220V field power (as required)
$
per lin. Ft**
#12 Paige Electric comm cable for underground burial
$
per lin. Ft**
in main line pipe trench (material unit price only)
**Commodity pricing shall include all applicable taxes at
no additional cost to the Owner.
Commodity pricing will be reviewed and re-evaluated by club with winning contractor prior to
purchasing material.
57
CONTRACTOR KEY PERSONEL
List the key staff which the contractor will utilize on the project.
Irrigation Superintendent
Years with company
Similar projects in upper Midwest
2.
3.
Irrigation Foreman
Years with company
Similar projects in upper Midwest
2.
3.
STATEMENT OF EXPERIENCE
The Bidder shall list golf irrigation installation projects and references for which he provided services
of a similar scope and magnitude to the subject project. The Contractor shall include a minimum of ten
projects within the past three (3) years that include irrigation installation utilizing HDPE main line and
lateral piping.
Project Contract Reference
and I nrntinn Omni int and Phnnc Kin
2.
3.
4.
5.
6.
7.
8.
9.
10.
Total HDPE System Installation Resume (hybrids not allowed):
1.
2.
3.
4.
5.
59
2.
3.
4.
5.
Total Lynx Smart Hub Installation Resume (Toro):
1.
2.
3.
4.
5.
Mainline installation staff
Lateral line installation staff
Prior to award of contract, the Owner will need to verify the quality of the Contractor's work.
Therefore, River Oaks Golf Course and its representatives reserve the right to contact the references listed
above and inquire of the Contractor's performance.
.1
All requests for changes resulting in addenda must be submitted to the Irrigation Consultant no later
than 10 days prior to bid due date and acknowledged as follows:
Addenda
The undersigned acknowledges receipt of the following addenda, copies that are attached hereto:
No. Dated
No. Dated
No. Dated
No. Dated
Acceptance
In submitting this bid, it is understood that the right is reserved by the Owner to reject any or all
bids and waive informalities, and it is agreed that this bid may not be withdrawn for a period of at
least 60 days after bid opening. The successful Bidder agrees to enter into a contract in the Form
of Contract by Owner. The undersigned hereby designates as his office to which such notice of
award may be mailed, faxed, telegraphed or delivered:
Submitted By
Contractor
Address
Date
By
Title
61
Division 1
General Requirements
62
Section 01100
Special Provisions
These Special Provisions modify, amplify, amend, or void the applicable materials and sections of the
General Conditions and the Project specifications and shall apply with equal force as said General
Conditions of Contract.
1. Proiect Location. River Oaks Golf Course is located at 11099 S. Highway 61 Cottage Grove, MN
55016.
2. Proiect Description. River Oaks Golf Course opened in 1991 and is owned and operated by the
City of Cottage Grove. The project involves the installation of a new irrigation system.
G4
3. Permits. The Contractor shall be responsible for an MS-4 NPDES permit and any required grading
or erosion control permits from the City. The Owner shall be responsible for obtaining any wetland
alteration or watershed permits which may be required. A permit may also be required to work
near the powerlines on hole 5 tees. If required, the City shall provide the stormwater pollution
prevention plan (SWPPP).
4. Site Access and Staging. The Contractor shall stage equipment, materials and their job trailer at
the maintenance facility parking lot. The contractor shall be expected to repair any damage to
existing pavement, cart paths, vegetation or irrigation components.
5. Materials provided by Owner. The Owner has purchased all proprietary irrigation wholegoods
including Toro heads, satellites and quick coupler valves as well as all allied pipe and wire product.
See attached list of materials purchased by Owner.
The Contractor shall provide all other irrigation materials including, but not limited to, valves, fittings,
etc.
6. Tree Removal. All tree removal and chipping of stumps shall be completed by the Owner prior to
construction. The Contractor shall be responsible for the removal of any materials generated
during construction as well as any finish grading or sod repair.
Irrigation. The Contractor shall be responsible for the installation of a new irrigation system
including pump station w/enclosure, Toro Lynx central upgrade with G4 OSMAC control system,
maintenance radios, RF/solar weather station, Infinity sprinklers and HDPE main and lateral piping
with fused fittings. The Owner shall supply select pipe and Toro wholegoods and allied pipe and
wire materials as purchased from MTI (see attached materials order list). The Contractor shall be
responsible for providing and installing all additional materials necessary for the proper installation
and operation of an automatic irrigation system.
The Owner shall be responsible for demolition and removal of the existing pumphouse, pump
equipment and wet well.
63
Section 01200
Summary of the Work for Site Improvements
1.01 SCOPE:
A. The project includes all labor and materials as required to complete the work as outlined
in the plans and specifications.
1.02 RESPONSIBILITY OF CONTRACTOR
A. The Contractor shall be responsible for the total Work of this component included within
the specifications and drawings as prepared by the Irrigation Consultant.
B. The Contractor shall be responsible for the scheduling and general management of the
work of the Project and for the acts and omissions of all their employees; all
subcontractors, their agents and employees; and all other persons performing any of the
Work under a subcontract with the Contractor.
C. The Contractors shall supervise and direct the Work, using their best skills and attention.
They shall be solely responsible for all construction means, methods, techniques and
procedures and for coordinating all portions of the Work under the Contract.
D. The Contractors shall be responsible for initiating, maintaining and supervising all safety
precautions and programs in connection with the Work.
1.03 COMMENCING WORK
A. The Contractor shall not commence work nor allow any subcontractor to commence work
until the Owner has issued a Notice to Proceed. A preconstruction meeting shall be held
and construction shall commenced immediately after receipt of written notice to proceed.
1.04 STORAGE OF MATERIALS
A. The Contractor shall arrange with the Owner for the storage of his materials on the job
site. Materials such as wood and steel shall not be piled directly on the ground.
Coverings shall be watertight and substantial to prevent blowing away by the wind.
1.05 LAYOUT OF WORK
A. Prior to the start of any construction, all tee and green centers, dogleg points and ponds
shall be staked with durable, easily visible stakes. Stakes shall be flagged with ribbons
and labeled for identification. The Contractor shall be responsible for all staking as
required to complete the work. The Contractor shall retain a Registered Land Surveyor
as required to run and/or verify all lines and grades locating their work, establish correct
datum points, and check each line and grade on the site to insure their correctness. All
such lines and grades shall be carefully preserved throughout construction.
B. All Contractors shall verify and layout all work from dimensions give on Drawings: and
shall be responsible for the correctness of all measurements, and shall verify all grades,
lines, levels, elevations and dimensions shown on the Drawings. Contractors shall take
measurements and verify dimensions of existing work, if any, that affect his work or
inconsistencies to the Irrigation Consultant prior to commencing Work.
IN
Section 01250
Substitutions of Materials
1.01 SUBSTITUTIONS OR APPROVALS PRIOR TO BIDDING
A. The Contractor may request, in writing, the approval of the Irrigation Consultant to
substitute materials, products or equipment for proprietary products specified, unless the
particular Specification prohibits such substitution. The Irrigation Consultant's approval
be required even though "or equal" or synonymous terms are used.
B. The specified products have been used in the design of the project and the preparation of
the Drawings and Specifications, and as such establish minimum standards of function,
dimension, appearance and quality necessary and requisite for this project which
substitutes must meet to be considered acceptable. The burden of proof of equality rests
with the Contractor.
C. Requests for substitution shall be submitted to the Irrigation Consultant in writing.
Requests shall clearly describe the material, project or equipment for which approval is
requested and shall be accompanied by manufacturer's literature, specifications,
drawings, performance data or other information necessary to completely describe the
item and establish it's acceptability.
D. In submitting his request for substitution, the Contractor agrees that if his proposed
material, product or equipment is approved and subsequently used in the Work, he shall
assume all costs incurred on account of additional Work and changes required to
incorporate his product into the project including all such work and changes performed
under other Contracts.
E. The approval or rejection of a proposed substitution is vested in the Irrigation Consultant
whose decision shall be final and binding. The determination may or may not express
the reason for the decision.
F. If the specified material becomes unavailable during construction because the
specified item is no longer manufactured, the specified item is unavailable as a result of
an act of government such as declaration of a national emergency, or delivery of the
specified item is substantially delayed, as a result of labor disputes affecting the
manufacturer, unusual delay in transportation, or any other cause beyond control of the
Contractor or subcontractor, the Contractor shall promptly notify the Irrigation Consultant
in writing and request a substitution. Request will not be approved where the delay in
delivery results from failure to promptly place subcontracts and materials orders.
G. The intent of this Specification is not to eliminate properly qualified entrants from
competition, but to confine the bidding on the part of contractors, manufacturers and
dealers, to those whose standing and qualifications are such that the Irrigation Consultant
feels warranted in giving them their approval. If however, any bidder desires to have
consideration given to individuals, firms, materials, brands, makes, etc, other than
specified, he may have the privilege to submit to the Irrigation Consultant for written
approval a complete list of proposed substitutions of materials any time prior to ten (10)
calendar days of the hour and day set for opening bids. All requests shall clearly define
and describe materials or equipment for which approval is required. Requests shall be
accompanied by manufacturer's literature, specifications, drawings, cuts, performance
data, etc., where same is necessary to completely describe product.
65
H. Approvals will be made only by addendum duly numbered, dated and issued and
delivered to each bidder receiving a set of Contract Documents, so that bidders may
have an opportunity to familiarize themselves with such information prior to submission of
their proposals.
It is hereby understood and agreed by all bidders that all bids will be based upon
materials specified. No substitutions will be permitted after the bids have been submitted
except as permitted in the contract documents.
1.02 SUBSTITUTIONS OR APPROVALS AFTER BIDDING
A. Since all bids are based upon material and equipment as specified or approved prior to
bidding, the Irrigation Consultant and Owner will not consider substitutions after bidding
except in such cases where it is necessary to make a substitution because of strikes,
lockouts, bankruptcy, discontinuing of a product, etc. Requests for such substitutions of
materials after award of a contract shall be made within ten (10) days of date that
Contractor ascertains he cannot obtain material or equipment specified. Such requests
shall be accompanied by a complete description of material or apparatus on which a
substitution is desired to me made. Substitutions of materials or apparatus other than
those specified will not be accepted except upon recommendations of the Irrigation
Consultant to the owner and with written approval of Owner.
Section 01300
Temporary Facilities and Cleaning Up
1.01 GENERAL
A. Each Contractor shall arrange for the installation and removal of all temporary facilities
required by them and specified herein.
1.02 TEMPORARY OFFICE AND TELEPHONE
A. The Contractor shall provide office facilities according to his needs. Office facilities may
be relocated, when appropriate, to space within the work when such space is suitable.
B. The Contractor shall provide the Irrigation Consultant and Owner with a telephone
number where the Contractor can be conveniently reached.
C. The Contractor shall maintain an adequate First Aid Kit in his office for use by his
employees and emergency use by employees of other Contractors or Subcontractors.
1.03 TEMPORARY PROTECTION
A. The Contractor shall protect excavations, trenches, other temporary work, and other work
of the Project from damage from water including ground water, rain water, ice and snow,
backing up of sewers, etc. Keep excavations and trenches free from water during the
progress of the work, and provide temporary enclosures, pumps and equipment and do
all grading, pumping, bailing or other work necessary to insure this protection. Erosion
control measures such as hay bales shall be provided where necessary to prevent soil
erosion on and around the site.
1.04 TEMPORARY WORK
A. The Contractor shall provide temporary bracing and shoring, barricades, and such other
temporary work as may be necessary for the execution of the work and the protection of
persons and property. Remove temporary work when the need no longer exists.
1.05 CLEANING UP
A. In addition to the cleaning up required by the General Conditions, the following cleaning
shall be provided upon completion of the work.
Each Contractor or Subcontractor shall remove from the Project and the site all
waste and surplus material, rubbish, tools and equipment. Each Contractor or
Subcontractor shall clean all surfaces, systems, items and fixtures provided by
his Contract, including the removal of labels, stamps, grease, oil, dust, stains,
etc. Each Contractor or Subcontractor shall remove from the work of each other
Contractor grease, oil, dust, stains, or any other soiling for which he is
responsible.
2. If accomplished prior to completion of the Project, all cleaned surfaces shall be
maintained in clean condition until all work operations have been completed or
the Owner occupies the Project. After Completion of cleaning operations,
recleaning of any soiled areas shall be the responsibility of the Contractor
causing such soiling.
67
3. If the Contractor fails to clean up as specified, the Owner may do so and charge
the cost thereof to the various Contractors as provided in AIA Documents A201,
Paragraph.
4. The cleaning of surfaces and removal of barricades, fencing, debris, etc. which
were caused in part or directly by the contractor shall be considered incidental.
Failure to adequately clean the site shall be reason to withhold payment to the
contractor.
Section 01700
Contract Closeout
PART1 GENERAL
1.01 SUBSTANTIAL COMPLETION AND PREPARATION OF PUNCHLIST
A. Upon receipt of written notice from the Contractor that the work is substantially complete and
ready for review and acceptance, the Irrigation Consultant shall promptly review the work. If
such Work is not acceptable to the Irrigation Consultant at the time of this review, he will
advise the Contractor in writing as to the particular defects to be remedied before such Work
can be approved for final acceptance and final payment. This is essentially a "punch list"
process.
1.02 FINAL COMPLETION
A. When notified by the Contractor that all work has been completed and is ready for final
review and acceptance, the Owner or Irrigation Consultant shall promptly review the work,
and, when he finds the work acceptable under the Contract, he shall promptly issue a
Certificate of Final Completion, with his own signature. If the work is not complete, the
Owner or Irrigation Consultant shall recommend any final conditions or defects to the
Contractor. Upon final acceptance and final completion, the entire balance of payment,
including any retainage, shall be due the Contractor.
1.04 FINAL PAYMENT
A. The Irrigation Consultant shall certify in writing to the Owner as to the completion of the Work
appears to be consistent with the intent of the plans and specifications and that the value of
the Work in accordance with the terms of the Contract.
Before issuance of final payment, the Contractor shall submit:
1. Notice of consent to final payment from bonding company.
2. Lien waivers from all subcontractors and suppliers.
3. Warranty bond from bonding company.
4. Irrigation as -built plan
5. All manufacturer literature and manuals.
1.05 RECORD DRAWINGS
A. At the date of Substantial Completion the Contractor shall submit one copy of the required
Irrigation and drainage As -Built Record Drawings to the Irrigation Consultant and the Owner
marked to indicate all changes made to the Work during construction, and as provided for in
The General Conditions. Final Application for Payment will not be approved until such
drawings are received.
1.06 MATERIALS
A. The Contractor shall turn over all extra or "attic -stock" materials specified in the Contract
Documents (if any) to the Owner, and will provide a written checklist to the Owner of all such
materials. Final Application for Payment will not be approved until such materials are
received.
1.07 ACTIVATION OF WARRANTIES
A. The Contractor shall prepare and submit to appropriate manufacturers, all data required by
such manufacturers for activation of warranties and shall submit evidence to the Irrigation
Consultant that such data has been submitted. Neither the Irrigation Consultant nor the
Owner shall be responsible for the submission of data unless required by the Contract
Documents and as requested in writing by the Contractor. Final Application for Payment will
not be approved until such evidence is received.
B. Failure of the Contractor to submit required data resulting in nullification of a warranty shall
constitute assumption by the Contractor of any warranty provision that would have pertained
if data had been properly submitted.
1.08 OPERATING INSTRUCTIONS AND MANUALS
A. Representatives of the Owner including maintenance personnel shall be permitted to observe
and familiarize themselves with all relevant equipment during assembly and installation.
B. After installation is complete, the Contractor shall arrange to meet with the Owners
representatives and instruct them in the use, operation, care and cleaning of the equipment.
Only qualified personnel, thoroughly familiar with the use and maintenance of the equipment
shall give instructions.
C. The Contractor shall prepare and submit two (2) copies of Operating and Maintenance
Manuals to the Irrigation Consultant for delivery to the Owner. All material shall be neatly
printed or typewritten, labeled, indexed and securely bound. Final Application for Payment
will not be approved until such manuals are received.
D. All Operating and Maintenance Manuals shall contain the following information:
1. Manufacturer's complete data sheets.
2. Complete operating instructions and recommendations for the fuel type or any other materials
used with the item.
3. Maintenance data, repair and adjustment data including manufacturer's instructions.
4. List of parts and part numbers, recommendations for spare parts to stock, and location of the
nearest parts supply and service organization.
5. Assembly drawings, wiring diagrams, mechanical diagrams, installation diagrams and
instructions.
6. Inspection Certificates required by the Contract Documents (if any), properly signed, for
electrical, electronic, mechanical or other systems.
7. Copies of all written guarantees or warranties as required by the Contract Documents for
specified products or systems, and a checklist of all such items organized by section number.
8. Complete lubrication data and schedules.
9. Complete cleaning instructions including a listing of all recommended cleaning materials and
systems.
E. Provide special tools required by the Contract Documents and referenced by the Operating
and Maintenance Manuals (if any) that are required for maintenance purposes (such as
wrenches for door closers). Final Application for Payment will not be approved until such
tools are received.
1.09 CLOSEOUT AFFIDAVIT SUBMITTALS
A. The Contractor shall submit the following items to the Irrigation Consultant for approval and
delivery to the Owner. Final Application for Payment will not be approved until such items are
received.
1. Evidence of Payment: Submit Contractor's affidavit of Payment of Debts and Claims (AIA
Form G706).
2. Release of Liens: Submit Contractor's affidavit of Release of Liens (AIA Form G706A).
3. Consent of Surety for Final Payment: Submit affidavit from Surety Company consenting to
final payment in the full amount of the Contract (AIA Form G707).
4. Final Settlement of Contract with State of Minnesota: Submit Form IC-134 (Affidavit for
Obtaining Final Settlement of Contract with the State of Minnesota and its Political or
Governmental Subdivisions).
5. Insurance Coverage: Submit a certificate evidencing that continuing insurance coverage
complies with requirements of the Contract Documents.
PART 2 PRODUCT (NOT APPLICABLE)
PART 3 EXECUTION (NOT APPLICABLE)
71
Division 2
Site Work
72
Section 02440
Irrigation System
PART 1 - GENERAL
1.1 RELATED DOCUMENTS
A. Drawings and General Provisions of Contract, including Bidding Requirements apply to work
specified in this Section.
1.2 DESCRIPTION
A. Remove existing and provide complete, assembled and installed pump station, slab, flume pipe,
intake screen and main electrical hook up with all associated equipment (main disconnect, power to
meter socket by Owner). Remove all existing irrigation components and provide complete, installed
Toro Lynx central upgrade, G4 OSMAC satellites, Infinity sprinklers, complete drop "z-piping"
connection to new pump station, HDPE mains, fused laterals and fused fittings with all associated
equipment for the proper operation of an automatic sprinkler system (see legend for Owner supplied
equipment). This system, when finished, will efficiently and effectively operate. Said system shall
prove to be satisfactory in all aspects to the Owner and Owner's Representative and Irrigation
Consultant. These specifications are to be followed with due perseverance in all respects. The
following work includes but not limited to:
1. Pump station replacement — complete (see detail).
2. Install central control upgrade, interface unit, OSMAC field satellites
3. 24-VAC sprinklers
4. Testing.
5. Excavation and backfilling irrigation system work.
6. Associated HDPE plumbing/fusion by certified CMF Global HDPE fusion contractor and
accessories to complete the system.
7. Wiring and sleeves (as required).
1.3 QUALITY ASSURANCE
A. Installer's qualifications: The contractor or individual responsible for installation of the irrigation
system shall have a minimum of 12 years of experience installing golf course irrigation systems of
comparable size including the installation of at least ten (10) complete golf course irrigation systems
of similar scope within the past three (3) years.
B. Materials, equipment, and methods of installation shall comply with, but not limited to, the following
codes and standards:
1. All local and state laws and ordinances, and with all the established codes applicable thereto.
2. American Society of Irrigation Consultants (ASIC)
3. National Fire Protection Association (NFPA);
4. National Electrical Code (NEC).
5. American Society for Testing and Materials (ASTM).
6. National Sanitation Foundation (NSF).
7. The Irrigation Association (IA).
C. The Contractor shall take out all required permits, arrange for all necessary inspections and shall pay
any fees and expenses in conjunction with the same as a part of the work under this Section.
D. Excavating, backfilling, and compacting operations: Comply with execution requirements and as
specified.
E. Irrigation Contractor to include in lump sum bid EC Design Group Ltd Construction
Observation @D- $16,500 for (5 max.) site visits and supply Irrigation Consultant with min. of (4)
people for all staking visits, flags and (4) 100' tapes. Visits must be scheduled a minimum of
14 days prior to proposed visit and have 3 or more holes prepared for staking.
73
F. Obtain Irrigation Consultant's acceptance of installed and tested irrigation system prior to
installing backfill materials. Contractor to include in lump sum bid EC Design Group, Ltd.
GPS Mapping & Programming (&_ $22,500 for collection of entire system as well as
stake all irrigation equipment for ECD staff(s) GPS collection.
1.4 SUBMITTALS
A. Irrigation contractor to provide completed OSMAC 24-VAC station/sequence worksheet
obtained from Irrigation Consultant prior to final approval.
B. Submit manufacturer's product data and installation instructions for each of the system
components.
C. The contractor shall provide stamped drawings by a licensed electrical engineer (as needed)
prior to construction for permitting the site.
D. Submit the following material samples:
1. Wire, wire connectors and sealer.
E. Submit the following equipment samples to Owner:
1. Valves and valve access boxes.
2. Controller.
F. Approved equipment samples will be returned to Contractor and may be used in the work.
G. Upon irrigation system acceptance, submit written operating and maintenance instructions.
Provide format and contents as directed by the Irrigation Consultant as well as completed
station/address worksheet obtained from Irrigation Consultant.
H. Provide irrigation system record drawings:
1. The record as -built drawings shall be the original plan of the irrigation system as
constructed. The final as -built drawings shall be prepared electronically at a scale of
1" = 100'. The drawings shall consist of a piping plan, a schedule plan, and a wiring
plan, indicating the location, type and size of all wires, valves and other fittings. The
drawing shall show all electronic controls, connections and wire splices.
Measurements shall be indicated on the plan between sprinklers and valves. All
pertinent materials shall be dimensioned from three fixed objects (i.e., drain valves,
lateral isolation valves, mainline isolation valves, and wire splice connections).
Station numbers shall be indicated on the drawings.
2. The as -built drawings shall be made by an agent of the Contractor who shall utilize
engineering skills and procedures in a manner satisfactory to the Owner's
Representative in accomplishing his work. The record drawings shall be kept clean,
dry and safe from damage at all times. The drawings shall be brought up-to-date at
the close of each working day, and shall accurately indicate the location of all
equipment placed to that time. In addition, a copy of the as -built drawing shall be
mailed or delivered to the Owner's Representative every two weeks during the
construction period. No monthly pay requests will be approved without a current
copy of the as -built drawings. No final approval will be given until the Owner
approves the as -built drawings. Final "as-builts" shall be delivered
electronically via PDF and 2019 AutoCAD .dwg or newer.
3. Identify field changes of dimension and detail and changes made by Change Order.
4. GPS irrigation collection by the Irrigation Consultant and included in
Contractor's lump sum bid, does not remove the obligation of the Contractor to
produce all "as -built" drawings as stated above. All locations must be located
and flagged by Contractor prior to collection of those points by EC Design
Group Ltd.
1.5 DELIVERY, LANDS FOR STORAGE AND HANDLING
A. Deliver irrigation system components in manufacturer's original undamaged and unopened
containers with labels intact and legible.
B. Deliver plastic piping in bundles, packaged to provide adequate protection of pipe ends.
C. Store and handle materials to prevent damage and deterioration. Store materials in locations
designated and approved by the Owner.
D. Provide secure, locked storage for wire, pump station and similar components that cannot be
immediately replaced, to prevent theft and therefore avoid installation delays.
E. Contractor has the right to a temporary construction facility for storage and protection of
materials.
1.6 PROJECT CONDITIONS
A. Prior to any excavation at the site, contractor shall examine any applicable drawings, if any
available from the Owner and/or Irrigation Consultant and consult with Owner's personnel
and utility company's representatives to determine possible utility locations and depths. No
compensation will be allowed for damage to existing utilities and systems.
B. Take precautions to insure that equipment and vehicles do not disturb or damage existing
site grading, walks, curbs, pavements, utilities, plants, and other existing items and elements
on public and private property.
C. Promptly repair damages to adjacent facilities caused by irrigation system work operations.
Cost of repairs at Contractor's expense.
D. Promptly notify the Irrigation Consultant of unexpected sub -surface conditions.
E. Irrigation system layout is diagrammatic. Exact locations of piping, valves, wire and other
components shall be established by Irrigation Consultant in the field at time of installation and
approved by the Owner or the Owners Representative before installation.
1. Minor adjustments in system layout will be permitted to clear existing fixed
obstructions.
2. All field satellites, and the like shall be located above the 100-year flood plain.
F. Cutting and patching (walks, drives, walls etc):
1. Cut through concrete and masonry with core drills. Jackhammers not permitted.
2. Materials and finishes for patching shall match existing cut surface materials and
finish. Exercise special care to provide patching at openings in exterior wall
watertight.
3. Methods and materials used for cutting and patching shall be acceptable to the
Irrigation Consultant & Owner. (See Architects plans for future public roadways/vaults
etc).
G. Protection of Persons and Property:
1. Barricade open excavations occurring as part of this work and post warning lights.
2. Operate warning lights as recommended by authorities having jurisdiction.
3. Protect structures, utilities, sidewalks, pavements, curbs and other facilities from
damage caused by settlement, lateral movement, undermining, washout and other
hazards created by this work.
1.7 GUARANTEE
A. For a period of one (1) year from date of final acceptance of work performed under this
Section, the Contractor shall promptly furnish and install any and all parts and equipment
which prove defective in material, workmanship or install at no additional cost to the Owner
except trench settling and any pipe/fitting failures will be guaranteed for (2) years.
PART 2 - PRODUCTS
2.1 ACCEPTABLE MANUFACTURERS -OR PRE -APPROVED EQUAL
A. THE TORO COMPANY, IRRIGATION DIVISION, RIVERSIDE, CA (Owner to purchase all
Wholegoods (Toro) in advance — see MTI material list)
75
2.2 MATERIALS
A. General:
1. Provide only new materials, without flaws or defects and of the highest quality of their
specified class and kind.
2. Comply with pipe sizes indicated. No substitution of smaller pipes will be permitted.
Larger sizes may be used subject to acceptance of the Irrigation Consultant.
Remove damaged and defective pipe.
3. Provide pipe continuously and permanently marked with manufacturer's name or
trademark, size, schedule and type of pipe, working pressure at 73 ° F. and National
Sanitation Foundation (NSF) approval.
4. All pipe, fittings (HDPE) shall be supplied from the same manufacturer
throughout the entire job (as specified & Owner purchased AquaFuse)
B. HDPE pipe, fusion fittings and connections:
1. Pipe and tubing shall be manufactured from a PE4710 resin listed with the Plastic
Pipe Institute (PPI) as TR-4. The PE 4710 resin material will meet the specifications
of ASTM D 3350-09 with a minimum cell classification of PE 445474C. Pipe shall be
manufactured to the dimensions and requirements of ASTM F714. The pipe shall
contain no recycled compounds except that generated in the manufacturer's own
plant from resin of the same specification from the same raw material. All HDPE pipe
shall be in straight lengths or coils.
2. Pipe shall be AquaFuse as supplied by CMF Global (purchased by Owner).
3. Main Line Isolation Valves shall be Clow/AquaFuse (or approved equal) isolation
valves. They shall be PE 4710 and have operating nut and be pipeline size or as per
plan.
4. All gate valves shall be AquaFuse with stainless steel stem and HDPE stubs — see
plan.
5. Mechanical taps on 2", 3" and 4" pipe for sprinkler connections can be made using
saddle tee with 1 ''/2" Acme thread outlet, drilling the hole prior to installing the saddle.
6. Pipe and Fittings: Size as indicated on the plans. Install as shown in accordance with
manufacturer's recommendations.
7. Swing Joints:
a. Toro (or approved equal) 3601 swing joint assembly. Contractor is
responsible for proper installation of swing joints due to actual lateral depths
lay lengths (as per manufacturer recommendations).
8. Service Tees:
a. AquaFuse saddle fitting. Note — all fittings must be noted on bid form
and approved in the submittal process as well as style of lateral
installation.
b. Shall be located under all sprinkler heads and quick coupler valves with
appropriate restraint to eliminate movement (see detail).
9. "Air Release Valves" — Qty. (10) in base bid:
a. Bermad C30 2" air release valves shall be installed at high points on golf
course and/or where diagrammatically noted on irrigation plan. Irrigation
plan locations are diagrammatic; Contractor will be responsible for proper
location as approved by Irrigation Consultant. Air release valves shall be
installed in a Jumbo valve box and plumbed with a ball valve and wye
strainer to isolate for maintenance (see detail).
C. V-1-H sprinklers, valves and associated equipment (Owner purchased):
1. Products and associated equipment are to be provided by only one manufacturer for
the complete project. Refer to the drawings for the quantity and diagrammatic
locations of the following:
2. Sprinkler heads (purchased by Owner) with unitized swing joint assemblies — see
detail:
a. TORO INF34/35 with spike guard V-1-H sprinklers (see drawings)
b. Spacing of heads shall not exceed manufacturer's maximum recommendations.
Conform to manufacturer's specifications concerning diameter of throw and
gallonage at given pressures.
3. Electric & Manual Isolation Valves:
a. Clow Valve Co. with HDPE DR13.5 4710 stub RW "resilient wedae" (or
equal) -see plan
b. 360' PE ball valves for air release valves.
C. 2" 360' P.E. lateral isolation valve — see plan
d. Size isolation valves to match line size -Manual Valves only.
e. Installed in specified valve access box.
f. Each style of isolation valve shall have (2) 4'-0" tee handle keys
supplied by Irrigation Contractor.
4. Quick Coupler Valves:
a. Toro 1" QCV (purchased by Owner) with stabilizer and unitized swing joints.
b. Provide matching quick coupler keys (10) included in base bid.
C. Installed in valve box as specified on detail plan.
d. All Q.C.V.'s shall be plumbed with a 1" metallic insert swing joint with
stabilizer (see detail).
D. Control Equipment:
1. Refer to the drawings for the quantity and locations of the following:
2. Central Upgrade & Field Satellite Controllers (purchased by Owner):
a. TORO Lynx Central 3-year NSN Upgrade with OSMAC field satellites #G4-
XXP6R4 and RUI-01 base station tuned to proper frequency with mapping
software and specified premium computer, (4) maintenance radios, (1) cellular
compatible Apple iPad's with LifeProof case and mapping application + NSN
connect.
b. Paige Electric 36" ground plate assembly on each communication wire path
exiting the central.
C. Base antenna, antenna structure coaxial cable, lighting protection, ground
plates, central UPS, and other items shall all be supplied and installed as per
manufacturer's recommendations; as per survey for proper operation of
said systems. Contractor shall be responsible for any items, mentioned or
not, for the operation of either specified radio system.
d. FCC licensing and frequency shall be supplied by Contractor and
performed by qualified agent, at no additional cost to the Owner.
3. Weather Station: Existing N/A
E. Primary Electrical Wire: See plan
F. Secondary Control Wire: See plan
G. Controller Communication Wire: Specified Paige Wire 220V/24-VAC. To be routed with
main/lateral line piping and looped. See electrical plan.
2.3 ADDITIONAL MATERIALS
A. Primary Electric wire connectors: decoder cable (as per manufacturer's recommendations) —
resin packs only or latest manufacturer recommendation
1. 3M COMPANY DBR-6 splice kits Socket seal type wire connectors or scotchcast and
waterproof sealer, or Large 3M #4 Resin Bag UL listed for 600 volts and underground
splice. All electrical connections shall apply to NEC standards and all local, state and
federal codes whether listed or not.
B. Secondary Control Wire connectors:
1. 3M COMPANY #3570G-N direct burial splice kits or R-DBY/R. All electrical
connections shall apply to NEC standards and all local, state and federal codes
whether listed or not — two -wire to utilize Paige Electric re -enterable connector.
C. Valve Access Boxes:
1. Standard or Jumbo Box with extension kit -or equal; for air relief valves and isolation
valves -See Plan
77
D. Thrust Blocking: (for reference only - base bid HDPE)
1. Said system is bid as HDPE main and laterals however, the Contractor is still
responsible for any movement in piping infrastructure and ultimately required to
stabilize all shrinking and change of directions.
2. Thrust blocks are anchors placed between pipe or fittings and the solid/virgin trench
wall. Specified blocking of concrete which is calculated to have a compression
strength of 2,000 pounds per square inch. The mixture is one part cement, two parts
washed sand and five parts gravel. Thrust blocks must be constructed so the
bearing surface is in direct line with the major force created by the pipe or fitting. See
diagram. The earth bearing surface should be undisturbed (virgin wall).
3. Thrust blocking is to prevent the line from moving when the pressure load is applied,
transferring the load from the pipe to a wide load bearing surface. Thrust blocks are
required where fittings are used to change direction (i.e. the following but not limited
to: all tees, elbows, wyes, caps, valves and reducers etc.) of the pipe line. The thrust
blocking must be formed against a solid trench wall (virgin wall) and these fitting
areas must be excavated by hand, mechanical equipment will damage the bearing
surface of the trench wall.
4. The size and type of thrust depends on pipe size, line pressure, type of fitting, degree
of bend and type of soil. Thrust block size may be calculated by the example
procedures shown below:
Step 1 - Multiply the pressure level desired for testing by the appropriate value shown in the
following table:
Pipe Size
Dead End or Tee
90 deg Elbow
45 deg Elbow
22'/z deg Elbow
1 '/2"
2.94
4.16
2.25
1.15
2"
4.56
6.45
3.50
1.78
2 '/2"
6.65
9.40
5.10
2.60
3"
9.80
13.90
7.51
3.82
3 '/2"
12.80
18.10
9.81
4.99
4"
16.20
23.00
12.40
6.31
5"
24.70
35.00
18.90
9.63
6"
34.80
49.20
26.70
13.60
8"
59.00
83.50
45.20
23.00
101,
91.50
130.00
70.00
35.80
12"
129.00
182.00
98.50
50.30
Based on pounds per psi working pressure.
Step 2 - Determine the bearing strength of the soil from the table below:
Bearing Strength of Soils
Soils and Safe Bearing Loads Lbs. Sq. Ft.
Sound Shale
10,000
Cemented Gravel and
4,000
Sand -difficult to pick
Coarse & Fine
3,000
Compact Sand
Medium Clay -
2,000
Can be spaded
Soft Clay
1,000
Muck
0
Step 3 — Divide the total thrust obtained in Step 1 by the bearing strength of the soil, this
gives the square feet of area needed.
Side Thrust on Curves — An outward pressure exists on all deflections from a straight line.
Good soil, properly tamped, can be sufficient to hold side thrust — unless soil conditions are
unstable. In that case, to anchor against this side thrust, the blocking should be placed
against the pipe on each side of the coupling. Do not thrust block the coupling itself.
Side Thrust
Pipe Size Side Thrust
Inches Pounds per Degree
1 '/2"
5.1
2"
7.9
2'/2"
11.6
3"
17.1
3 '/2"
22.4
4"
28.3
5"
43.1
6"
60.8
8"
103.0
101,
160.0
12"
225.0
Based on side thrust per 100 Ib./in2 pressure per degree of deflection.
Note: Multiply side thrust pounds by degrees of deflection times pounds of pressure divided by100 to
obtain total side thrust in pounds.
5. 2,000-psi test minimum on thrust block meeting all ASTM specifications C-33 and C-
150 or C-175 standards. Note: Thrust blocks can differ depending on the type of
fittings and soils. Contractor must review all conditions for adequate thrust.
Furthermore, a joint restraint may be required to obtain and secure a fitting
from movement.
E. Golf Grade Ductile Iron Fittings & Joint Restraints: (for reference only — base bid HDPE)
1. Fittings for bell and gasket pipelines shall be ductile iron, slant -bell design, and deep
bell type. Fittings shall be manufactured of ductile iron, grade 65-45-12 in
accordance with ASTM A-536. Fitting gaskets shall be in accordance with ASTM F-
477. All ductile iron fittings shall be equipped with four 90-degree apart, outwardly
extending radial lugs to accommodate for appropriate method of mechanical
restraints.
2. Fittings made from more than one piece shall utilize securely fastened bolt -on style
spigot -bell links. Slip-on rings or loose rings as the method of attachment are not
permissible.
3. All tee fittings used to connect remote control valve and quick coupling assemblies to
the mainline shall be ductile iron, deep bell service tees.
4. All ductile iron bends; reducers, tees and gate valves shall be mechanically
restrained. All bell and gasket joints adjacent to restrained joints shall be restrained
in accordance to the manufactures recommended design criteria and guides. Note:
Sites where ductile iron fittings without joint restraints and thrust blocks are
acceptable in lieu of joint restraints and/or joint restraints that are used in
cases of non -bearing soils or where joint restraints are used exclusively. See
plans and details for actual site by site applications.
5. The mechanical joint restraint shall be capable of securing the PVC pipe directly to
the ductile iron fitting without the use of bolts, links and adapters. The joint restraint
W&
shall be capable of securing PVC gasket pipe joints and gate valves without use of
threaded rods. Joint restraints made for iron or steel pipe are not permissible.
6. The joint restraint shall be manufactured from ductile iron, grade 65-45-12 in
accordance with ASTM A-536. Bolts and nuts used on joint restraints shall be
provided as part of the restraint assembly.
7. All joint restraints shall be installed using methods recommended by the
manufacturer. All bolts and nuts must be tightened as per manufacturer's
recommended torque ratings.
8. The following table lists values for the minimum restrained length of pipe ("L"). Every
joint within the distance "L" should be restrained. Bends require that all joints be
restrained on both sides of the bend for the specified length. The most critical are
capped pipe and gate valves installed at terminating points for future connections;
these should be treated as Dead End applications.
Table values are based on 100 psi test pressure, 2 feet cover, sand -clay type soil and safety factor of
2. For pressures other than 100 psi, multiply the "L" values by the actual pressure and divide by 100.
MATERIAL SPECIFICATIONS:
Clamps and Tie Rods: Ductile Iron ASTM A-536
Bolts and Nuts: Low Alloy Steel standard 304 Stainless Steel (Optional)
Pipe Size (in)
Minimum Restrained Length (L), feet
Bends (degrees)
11 22 45 90
Reductions (sizes down)
1 D 2D DE
2
1 1
2
5
NA
NA
15
2.5
1 2
3
7
3
NA
18
3
1 2
4
9
6
8
24
4
2 3
7
16
11
16
36
6
2 5
10
23
24
32
50
8
3 6
12
30
26
44
66
10
4 7
15
36
26
45
80
12
4 8
17
42
36
45
94
Notes: 1 D reduction denotes one size down (such as 4x3, 12x10)
2D reduction denotes two sized down (i.e. 4x2.5, 12x8)
DE is a dead end (for a cap, plug or a gate valve.)
More detailed tables are available upon request.
9. Ductile iron joint restraints shall be installed on all fittings and gate valves for all IPS-
Size, ring joint PVC pipe. The joint restraint shall be capable of securing the PVC
pipe directly to the lugs on the Leemco deep bell ductile iron fittings without the use
of bolts, links and adapters. The joint restraint shall be capable of securing PVC pipe
to PVC pipe and PVC pipe to ring joint gate valves without the use of threaded
linkages.
All ductile iron fittings shall be secured to full-length pipes and on all bends and tee
branches, the next joint of the pipe shall be secured. At least two full lengths of pipe
must be secured when attached to bends and tee branched 8" and larger, and at
least three full lengths of pipe must be secured to dead end pipe. Pipe joints that
occur in less than full-length when attached to a fitting shall also be secured.
10. All fittings shall be deep bell, manufactured specifically for IPS-Size pipe and made of
Grade 65-45-12 ductile iron. Fittings 4" and larger shall have slanted bells to allow
deflection of pipe in all planes. Fittings shall have four lugs at each push -on joint with
ribbed and cupped gasket design, made from EDPM elastomer.
11. All quick coupling valves shall be fitted with stabilizers. Quick coupling stabilizers
shall be manufactured in Grade 65-45-12 ductile iron; shall attach to the hex portion
:1
of the valve and be secured with a single bolt. Stabilizer shall have 12" span and be
capable of resisting rotational and vertical motions.
PART 3 - EXECUTION
3.1 INSPECTION
A. Examine final grades and installation conditions. Do not start irrigation system work until
unsatisfactory conditions are corrected and approved by Owner or Irrigation Consultant.
3.2 PREPARATION
A. Layout and stake the location of each pipe run and all sprinkler heads and sprinkler valves.
Obtain Irrigation Consultant's acceptance of layout prior to excavating.
B. Strip sod for pipe trenches with a mechanical sod stripper uniformly 1" to 1-'/2" thick with
clean-cut edges (for existing turf only).
C. Remove existing paving for sleeve installation. Saw cut existing paving to provide uniform
straight transition at new to existing paving.
D. Place sleeves as indicated for installation of piping and control wire.
3.3 INSTALLATION
A. Excavating and backfilling:
1. Excavation shall include all materials encountered, except materials that cannot be
excavated by normal mechanical means.
2. Excavate trenches of sufficient depth and width to permit proper handling and
installation of pipe and fittings.
3. If the pulling method is used, the pipe "plow" shall be vibratory type. Starting and
finishing holes for pipe pulling shall not exceed a 1'-0" by 3'-0" opening.
4. Excavate to depths required to provide 4" minimum depth of amended earth fill or
sand bedding, free of all rock, and debris, for piping on all sides and bottom of pipe
when rock or other unsuitable bearing material is encountered.
5. Fill to match adjacent grade elevations with approved earth fill material. Place and
compact fill in layers not greater than 8" depth.
a. Provide approved earth fill or sand to a point 4" above the top of pipe - free of
rock and debris
b. Fill to within 6" of final grade with approved excavated or borrows fill
materials free of lumps or rocks larger than 2" in any dimension.
C. Provide clean topsoil fill free of rocks and debris for top 6" of fill.
6. Except as indicated, install irrigation main lines with a minimum cover of 24" based on
finished grades with a minimum depth of 30". Install irrigation lateral lines with a
minimum cover of 18" based on finished grades with a minimum depth of 24". No
sweeping of lateral lines.
7. Excavate trenches and install piping and fill during the same working day. Do not
leave open trenches or partially filled trenches open overnight.
8. Replace stripped sod in sufficient time to allow for satisfactory sod recovery and
growth. Water stripped and reinstalled sod until irrigation system is placed in
operation (irrigation contractor to return turf to original condition or better). Existing
turf conditions only.
9. Replace paving of same materials, using joints and patterns to match existing
adjoining paving surfaces.
FIE
C
FBI
10. Backfill shall be compacted to 95% standard proctor density. Contractor will be
responsible for the restoration of all settlement for period of (2) years from
acceptance.
11. Vibratory pulling method to be employed on all greens, tees and fairways
where 2" HDPE piping is shown on plans. Note: Contractor must shoot or lay
decoder cable — pulling shall not be permitted.
Plastic pipe: (for reference only — base bid HDPE)
1. Install plastic pipe in accordance with manufacturer's installation instructions.
Provide for thermal expansion and contraction.
2. Saw cut plastic pipe. Use a square -in -sawing vice, to ensure a square cut. Remove
burrs and shavings at cut ends prior to installation.
3. Make plastic to plastic joints with solvent weld joints or slip seal joints. Use only
solvent and purple cleaner recommended by the pipe manufacturer's instructions.
Contractor shall make arrangements with pipe manufacturer for all necessary field
assistance.
4. Make plastic to metal joints with Sch. 80 piping.
5. Make solvent weld joints in accordance with manufacturer's recommendations.
6. Allow joints to set at least 24 hours before pressure is applied to the system.
7. Maintain pipe interiors free of dirt and debris. Close open ends of pipe by acceptable
methods when pipe installation is not in progress.
8. All gasketed PVC pipe shall be installed per manufacturer's recommendation using
appropriate gasket lube.
9. Pulled pipe shall be solvent welded 36 hours in advance of pulling.
10. Contractor shall not drag PVC pipe before installation.
11. No substitution of smaller pipe, only larger sized pipe will be permitted.
12. All piping must be installed as per manufacturer recommendations including piping
velocity rates.
Sprinklers, fittings, valves and accessories:
1. Install fittings, valves, sprinkler heads, swing joints and accessories in accordance
with manufacturer's instructions.
2. Set sprinkler heads perpendicular to finished grades, except as otherwise indicated.
3. Obtain Irrigation Consultant's review and acceptance of height for proposed sprinkler
heads and valves prior to installation.
4. Locate sprinkler heads to assure proper coverage of indicated areas. Do not exceed
sprinkler head spacing distances indicated (as per manufacturer recommendations).
5. Install pop-up gear driven sprinklers on specified swing joint assemblies. (See Detail)
6. Install quick coupling valves on specified swing joint assemblies. (See Detail)
7. Install decoder sprinklers as detailed.
a. Ground in accordance with manufacturer's recommendations. A single,
DELTA or Paige Electric plate configuration may be acceptable to get to
manufacturer published OHMS or less; measure by a meager device. It will
be the responsibility of the contractor to prove such measurement before
getting released from the said system installation. (See plan & details).
Paige Electric Control wiring:
1. Install electric control cable in the piping trenches wherever possible. Place wire in
trench adjacent to pipe. Install wire with slack to allow for thermal expansion and
contraction. Expansion joints in wire may be provided at 200-foot intervals by making
5-6 turns of the wire around a piece of pipe instead of slack. Where necessary to
run wire in a separate trench, provide a minimum cover of 18" or as per local codes.
2. Provide sufficient slack at site connections at remote control valves in control boxes,
and at all wire splices to allow raising the valve bonnet or splice to the surface without
disconnecting the wires when repair is required.
3. Connect each remote control valve or sprinkler head to one station of a controller
except as otherwise indicated.
FIN
4. Connect remote control valves or sprinkler heads to a common ground wire system
independent of all others.
5. Make secondary wire connections to sprinkler heads, remote control electric valves
and splices of wire in the field; using PE listed burial splice connectors (i.e.: 3M DBY
or 3M DBR), in accordance with manufacturer's recommendations.
6. Provide tight joints to prevent leakage of water and corrosion build-up on the joint.
7. Provide new sleeves for all locations where existing sleeves are not indicated. Install
new sleeves prior to paving installation wherever possible.
8. Install pipe sleeves under existing concrete or asphalt surface by jacking, boring, or
hydraulic driving of the sleeve. Remove and replace existing concrete and asphalt
surfaces where cutting is necessary. Obtain Owner's permission before setting
existing concrete and asphalt surfaces. Where piping is shown under paved areas
that are adjacent to turf areas, install the piping in the turf areas.
9. One approved manufacturer shall be used for the entire project, no multiple
manufacturers will be allowed for all wire, pipe, cement and primer etc.
E. Flushing, testing and adjustment:
1. After sprinkler piping and swing joints are installed and before sprinkler heads are
installed, open control valves and flush out the system with full head of water. Swing
joints should be extended above grade by 2-3 feet above grade by a section of PVC.
This will help prevent contaminate piping during flushing.
2. Perform system testing upon completion of each section. Make necessary repairs
and re -test repaired sections as required.
3. Adjust sprinklers after installation for proper and adequate distribution of the water
over the coverage pattern. Adjust for the proper arc of coverage.
4. Test and demonstrate the controller by operating appropriate day, hour, and station
selection features as required to automatically start and shut down irrigation cycles to
accommodate plant requirements and weather conditions.
F. Roadway Pipe Crossings (See plan and detail utilizing HDPE DR11 4710):
1. Contractor shall contact and obtain permission from all governing bodies and
agencies.
2. Contractor shall install piping, sleeving and wire sleeves in accordance with said
agencies.
G. Stream Pipe Crossings (See plan and detail):
1. HDPE DR11 4710.
2. Piping shall be stable and restrained to stop movement of piping.
3. 2" minimal wire sleeve of aluminum conduit or as per local codes, shall be supported
separately.
H. Bridge Crossings (See plan and detail)
1. HDPE DR11 4710 to be used for all bridge crossings as needed.
2. Contractor is responsible for engineering proper support system. (See plan)
3. All piping to be hidden inside bridge trusses and exited by prefabricated "Z" piping.
4. "Z" piping restrained and/or connected with flanges.
I. Service:
1. When requested, return to the site during the subsequent fall season and winterize
the system. Drain all water from the system or blow out the system with compressed
air.
2. When requested, return to the site during the subsequent spring season and
demonstrate to the Owner the proper procedures for the system start-up, operations,
and maintenance.
3.4 SPARE PARTS (Contractor to include in lump sum bid)
A. Provide the following:
1. Four extra sprinkler head (s) of each size and type.
2. Two extra valve access box(s) of each size and type.
3. Ten quick coupler valve keys and swivel elbows.
FIX
4. Two repair coupling for each size and type of pipe.
5. Two tee handles for both style isolation valves 4' in length.
6. Two sets of service/maintenance tools — as applicable.
3.5 DISPOSAL OF WASTE MATERIAL
A. Transport unsuitable excavated material, including rock or lava to designated disposal areas
on Owner's property. Stockpile or spread as directed. Remove from site and legally dispose
of trash and debris.
B. Maintain disposal routes clear, clean, and free of debris.
3.6 ACCEPTANCE
A. Test and demonstrate to the Irrigation Consultant and Owner the satisfactory operation of the
system free of leaks.
B. Instruct the Owner's designated personnel in the operation of the system, including
adjustment of sprinklers, controller (s) and central, valves and pump station(s).
C. Upon acceptance the Owner will assume operation of the system. -See application for
payment
3.7 CLEANING
A. Perform cleaning during installation of the work and upon completion of the work. Remove
from site all excess materials, soil, debris, and equipment. Repair damage resulting from
irrigation system installation.
Electrical
PART 1 - GENERAL
1.1 APPLICABLE STANDARDS
A. All apparatus, materials and work, shall be in accordance with standards, practices and
codes of the electrical industry. Particular attention is directed to requirements of ANSI/NFPA
70 and Underwriters Laboratories, Inc. as suitable for purposes specified and shown.
B. The completed irrigation installation shall conform to all local and special laws, codes or
ordinances of all Federal, State and municipal authorities with due jurisdiction.
1.2 PROJECT CONDITIONS
A. Locations of all controllers, heads and other elements of the system are to be approved by
Owner or Owner's Representative before wiring is installed.
B. Conductor sizes are based on copper.
C. Wire and cable routing shown on the drawings are approximate. Route wire as required
meeting project conditions -See plan
D. Take precautions to avoid damage to existing site elements and features, including wiring
and piping for existing underground irrigation system. Promptly repair damage to such
features, cost at Contractor's expense.
FIE
PART 2 - PRODUCTS — as per local code
2.1 PRIMARY CABLE — Toro field satellites — see plan notes
A. All power cables are tray cable (or approved equal); they are to be UL listed for direct burial,
and rated at 600 volts. The cable shall include three conductors, which are to be colored per
wire industry standard or numbered as 1, 2, and 3. The size of the "hot" and "common"
conductors are to be as shown on the irrigation plans, and the size of the "equipment ground"
conductor as required by the National Electrical Code, or larger. The inner copper
conductors are to be covered with high dielectric PVC and Nylon. The outer jacket will be
black PVC and is to be sunlight resistant. (Paige Electric Co., (or approved equal) LP
specification number P7266D for 10 AWG and smaller and specification number P7267D for
8 AWG and larger.)
B. Conduit: All branch circuit wires, for 120 volts and higher, shall be installed in electrical
conduit. The wires shall be type THWN and sized according to the irrigation system plans.
Paige Electric Co., LP specification number P7316. Installation shall meet all local codes and
regulations as well as NEC requirements for burial conduit piping. The total cross -sectional
area of the wires sleeved through the electrical conduit shall be no more than 40% of the
internal cross -sectional area of the conduit — as applicable per local codes.
2.2 SECONDARY CABLE — (24-VAC)
A. Construction requirements for a #12/2 or #14/2 (or single conductor) control cable designed
to operate valve decoders consisting of tin coated copper conductors, insulated with PVC and
having a high density polyethylene direct burial jacket. Conductors are UL approved Type
UF. Soft annealed tin coated copper conforming to ASTM B-33. Polyvinyl Chloride
conforming to UL Standard 493 for Type OF/TWU rated 75°C. Pressure Extruded High
Density PE conforming to ICEA S-61-402 and NEMA WC5 Jacket Thickness 3/64" minimum
jacket material to completely fill interstices between the two insulated conductors. Color
coding of jacket shall be of one solid color. Standard colors red, blue, green, yellow, black,
white. (Paige Electric Co., (or approved equal) specification number P7072D for Maxi wire).
2.3 EARTH GROUNDING
A. It is the responsibility of the installer to connect all electronic equipment for which they are
responsible to earth ground in accordance with Article 250 of the National Electrical Code
(NEC). Grounding components will include the items described in the following paragraphs,
at a minimum.
Use grounding electrodes that are UL listed or manufactured to meet the minimum
requirements of Article 250 of the NEC. At the very minimum, the grounding circuit will
include a copper clad steel ground rod, a solid copper ground plate and 100 pounds of
PowerSet ,� earth contact material, as defined. See detail.
Ground rods are to have a minimum diameter of 5/8" and a minimum length of 10 feet.
These are to be driven into the ground in a vertical position or an oblique angle not to exceed
45 degrees at a location 10 feet from the electronic equipment, the ground plate, or the wires
and cables connected to said equipment. See detail.
The rod is to be stamped with the UL logo (Paige Electric part number 182007.) A 6 AWG
solid bare copper wire (about 12 feet long) shall be connected to the ground rod by the
installer using a Cadweld GR1161 G "One -Shot' welding kit (Paige Electric part number
1820037.) This wire shall be connected to the electronic equipment ground lug. See detail.
The copper grounding plate assemblies (Paige Electric part number 182199L) will have
minimum dimensions of 4" x 96" x 0.0625". A 25-foot continuous length (no splices allowed
unless using exothermic welding process) of 6 AWG solid bare copper wire is to be attached
FIR
to the plate by the manufacturer using an approved welding process. This wire is to be
connected to the electronic equipment ground lug as shown in the detail of page 1. The
ground plate is to be installed to a minimum depth of 30", or below the frost line if it is lower
than 30", at a location 8 feet from the electronic equipment and underground wires and
cables. Two 50-pound bags of PowerSetU) with a neutral PH value (Paige Electric part
number 1820058) earth contact material must be spread so that it surrounds the copper plate
evenly along its length within a 6" wide trench. Salts, fertilizers, bentonite clay, cement, coke,
carbon, and other chemicals are not to be used to improve soil conductivity because these
materials are corrosive and will cause the copper electrodes to erode and become less
effective with time.
Install all grounding circuit components in straight lines. When necessary to make bends, do
not make sharp turns. To prevent the electrode -discharged energy from re-entering the
underground wires and cables, all electrodes shall be installed away from said wires and
cables. The spacing between any two electrodes shall be as shown in the detail of page 1,
so that they don't compete for the same soil.
The earth -to -ground resistance of this circuit is to be measured using a MeggerT or other
similar instrument, and the reading is to be no more than 10 ohms. If the resistance is more
than 10 ohms, additional ground plates and PowerSet® with a neutral PH value are to be
installed in the direction of an irrigated area at a distance of 10', 12', 14', etc. It is required
that the soil surrounding copper electrodes be kept at a minimum moisture level of 15% at all
times by dedicating an irrigation station at each controller location. The irrigated area should
include a circle with a 10-foot radius around the ground rod and a rectangle measuring 1-foot
x 24-feet around the plate.
All underground circuit connections are to be made using an exothermic welding process by
utilizing products such as the Cadweld "One -Shot" kits. Solder shall not be allowed to make
connections. In order to ensure proper ignition of the "One -Shot", the Cadweld T-320 igniter
must be utilized (Paige Electric part number 1820040.) The 6 AWG bare copper wires are to
be installed in as straight a line as possible, and if it is necessary to make a turn or a bend it
shall be done in a sweeping curve with a minimum radius of 8" and a minimum included
angle of 90'. Mechanical clamps shall be permitted temporarily during the resistance test
process, but are to be replaced with Cadweld "One -Shot" kits immediately thereafter.
2.4 BONDING — power source and Hub locations
A. Said grounding circuit is referred -to as "supplementary grounding" in the NEC. And for safety
reasons, the NEC required that all supplementary grounds be "bonded" to each other and to
the service entrance ground (power source) as shown. This is also "recommended practice"
of IEEE Standard 1100-1999. Note that this is in addition to the equipment ground, which is
commonly referred to as "the green wire." The power wires (black, white and green for 120
VAC and black, red and green for 240 VAC) must always be kept together in a
trench/conduit/tray/etc. The bonding conductors are to be 6 AWG solid bare copper unless
the system power conductors are larger than 1/0 AWG, in which case they are to be 4 AWG
solid bare copper. All splices to the bonding conductors shall be made using a Cadweld
"One -Shot" kit. See details. (Paige Electric part number 1820074)
2.5 SHIELDING — None
A. The bonding conductors are to be installed in such a way so that they act as shielding
conductors. This becomes a network of solid bare copper wire over all the main bundles of
other wires and cables. See details. The bare copper wire is to be installed as close to the
surface as possible yet being sufficiently below the ground level as to prevent damage from
maintenance equipment such as aerators. And it must be place above all other
valve/power/communication wires and cables, per detail, and installed in all trenches as
shown on the electrical plan drawings. It is not necessary to install this conductor over short
wire runs (less than 150 feet) away from the main wire bundles. The conductor is laid in as
W.
straight a line as possible, and when necessary to make bends, do so in a sweeping motion
using the detail as a guideline.
The shield network is to be connected to the service entrance earth ground, to all electronic
equipment ground lugs, and all equipment supplementary grounding electrodes. One such
network is necessary for each power source. Do not interconnect the equipment ground,
bonding and shielding wires from different power sources.
PART 3 - EXECUTION
3.1 GENERAL
A. Installation of wiring shall be in accordance with Section IV Irrigation System and in
accordance to irrigation system manufacturer's instructions.
B. Any wire or cable that is stressed or damaged in any way shall be replaced at the
Contractor's expense.
C. Make splices with approved connector assembly as specified in Section IV Irrigation System.
D. Inspect wire and cable for physical damage and proper connection. Verify continuity of each
control circuit.
E. Wire and Cable Installation: Wire and cable burial depth is dictated by the National Electrical
Code®. Temperature changes cause wires and cables to expand and contract as much as
1 % of the length. And high voltage power lines create large electro-magnetic fields that
cause interference and corrupt signals in communication lines. It is therefore necessary to
take certain precautions when installing these products.
The contractor shall install all wires and cables carrying up to 30 volts at a minimum burial
depth of 6". If mechanical equipment, such as aerifiers and shovels, are expected to disturb
the area, then the wires and cables shall be installed at a 12" depth. For wires and cables
carrying more than 30 volts and less than 600 bolts, the minimum burial depth shall be 24".
When installing wires and cables in a trench, they must be "snaked" so that some slack is
created. At points along the trench where there are sharp bends, a loop of 12" to 24" shall be
created to allow for shrinkage. When communication cables are in the same trench as power
wires, there shall be a minimum separation between them of 12"
F. Wire and Cable Splices:
All electrical connections shall incorporate:
1. A solid mechanical connection of the copper conductors.
2. Electrical insulation of the mechanical connection.
3. A means to waterproof the insulated connection.
4. "Strain -relief" to prevent the connection from coming apart when wires/cables are
pulled -upon.
Pump Station
PART 1 —GENERAL
1.1 SUMMARY
A. It is the intention of this specification to describe a fully operational, automatic,
prefabricated pump station with enclosure. Design, fabrication, testing and service shall
be the sole responsibility of the pump station manufacturer. The pump station shall
provide the required water volume while simultaneously maintaining a constant discharge
pressure by using a prefabricated pump station with variable frequency drive (VFD)
5h
pumps for pressure regulation, under varying flow conditions up to the maximum
specified capacity.
B. Contractor is to provide a complete and working pumping system. Furnish all labor,
materials, supplies, equipment, tools, transportation, and perform all operations in
connection with and reasonably incidental to the complete manufacturing and installation
of the pumping system, and guarantee/warranty as shown on the drawings, the
installation details, and as specified herein.
C. The prefabricated pump station shall have a minimum capacity and discharge pressure at
skid edge as described in the technical specifications.
D. The station shall be completely wired, piped, hydraulically, electrically, and flow tested to
full station capacity at factory prior to shipment to job site. Documentation of the dynamic
test shall be verified by the Owner prior to pump station shipment.
E. Construction shall include a fabricated steel plate and skid assembly to support all
components during shipping and to serve as the installation mounting base.
F. The intake and discharge manifold from the pump station shall terminate at or near the
pump station skid edge and be provided by the pump station manufacturer.
1.2 REFERENCE STANDARDS
1. ANSI- American National Standards Institute
2. ASTM- American Society for Testing and Materials
3. NEMA- National Electrical Manufacturers Association
4. IEEE- Institute of Electrical and Electronics Engineers
5. NEC- National Electrical Code
6. UL- Underwriters Laboratories, Inc.
7. Hydraulic Institute
1.3 CONTRACT DOCUMENTS
A. The general nature and extent of the work and the appurtenant facilities are as shown on
the Drawings under the title: River Oaks Golf Club
B. Perform work within the Limit of Work line that may be indicated on the Drawings and per
the discretion of the Owner.
1.04 DRAWINGS
A. Drawings such as utility and irrigation plans, etc., are essentially diagrammatic. Actual
runs indicated on the Drawings shall be followed as closely as coordination with the work
of other trades will permit. The exact routing of such improvements and locations of
equipment shall be governed by site conditions, obstructions and locations of other
utilities as acceptable to the Owner.
B. In the event that discrepancies arise over dimensions, product references, omissions, or
written statements, these conflicts shall be immediately brought to the Owner's attention
by the Contractor. If available, this may be accomplished with the use of a "Request for
Information" (RFI) form. While awaiting direction or clarification from the Owner, the
Contractor shall re -direct work as necessary so as not to cause delay to the project.
C. If discrepancies arise between plans, details, specifications, addenda or any other portion
of the Contract Documents, these conflicts shall be immediately brought to the Owner's
::
attention by the Contractor. If available, this may be accomplished with the use of a
"Request for Information" (RFI) form. While awaiting direction or clarification from the
Owner, the Contractor shall re -direct work as necessary so as not to cause delay to the
project.
D. Products, materials, labor, etc., installed or performed without proper clarification, or prior
to Owner acceptance shall be the Contractor's sole responsibility and shall be removed,
repaired, replaced, and/or reinstalled per the Owner's direction at no additional cost to
the Owner or its agents.
1.5 MATERIALS
A. All materials and equipment used in the work herein specified shall be in new, first class
condition (unless otherwise noted or scheduled), suited to the intended use.
B. Materials shall be delivered to the site and stored in original containers sheltered from the
elements, but readily accessible for inspection by the Owner's Representative until
installed.
C. Materials of the same general type shall be of the same make and quality throughout the
work to provide uniform appearance, operation and maintenance ease.
D. Equipment specified by manufacturer's number shall include all accessories, controls,
etc., listed in catalog as standard equipment. Furnish optional or additional accessories
as specified.
E. Where make of material or equipment is not specified, any product by a reputable
manufacturer that conforms to the requirements of the Construction Documents may be
used with the Owner's Representative's acceptance.
F. Materials and equipment shall be current products by manufacturers regularly engaged in
the production of such products.
G. All equipment items shall be supported by service organizations that are reasonably
convenient to the equipment installation in order to render satisfactory service to the
equipment on a regular and emergency basis during the Specified Warranty Period.
PART 2 - PRODUCTS
2.1 MANUFACTURER
A. The pump station shall be as manufactured by Watertronics, Inc., Hartland, Wisconsin.
B. To be considered as equal the following information must be furnished by the contractor or
manufacturer's representative within 10 days before bid date, to the Irrigation Consultant:
1. A complete specification and submittal of all major components for the proposed
pump station with individual pump performance verification.
2. A detailed pumping station proposal drawing complete with component location,
sizes and dimensions specific to the installation.
3. A complete electrical schematic for all high and low voltage circuits showing all circuit
breakers, fuses and wire sizes. All wire numbering and colors must be designated.
4. Pump station manufacturer's U.L. file number for the electrical controls and pump
station.
5. A copy of the manufacturer's certificate of insurance.
:•
6. Product support technicians shall be capable of accessing all information pertaining
to the pumping equipment, e.g. electrical schematics, pump curves, program data,
bill of materials, etc. The manufacturer shall have no less than two technicians on call
seven days a week.
7. The pump station manufacturer shall provide factory authorized or factory direct
service personnel for the set, start-up, preventative maintenance and general service
of the pump system. A factory authorized or factory direct service technician must be
located within one -hundred (100) mile radius of the project site. The pump systems
technician must have a minimum of 5 years' experience. The pump station
manufacturer shall provide technical phone support twenty-four hours a day seven
days a week.
2.2 CONTROL PANEL
A. The pumping station electrical controls shall be mounted in a self -containing NEMA 4
enclosure fabricated from not less than 12 gauge steel. Door gasket seals shall be neoprene
sponge, sufficient to protect interior components from weather and dust. The electrical panel
doors shall be constructed from 12 gauge steel with integral latches.
B. All external operating devices shall be dust and weatherproof. All internal components of the
enclosure shall be mounted on a removable back panel. Mounting screws for components
shall not be tapped into the enclosure wall. No pressure gauges, pressure switches, water
activated devices, or water lines of any sort shall be installed in any electrical control panel.
C. The control panel shall be designed, built, tested and U.L. listed by the pump station
manufacturer.
D. A closed type cooling system shall be included to cool the enclosure and reject heat from the
VFD. Open type cooling systems allowing outside ambient air to enter the panel are
not acceptable. No water line connections shall be permitted inside of the control enclosure.
2.3 MAIN SERVICE DISCONNECT
A three -pole, main station disconnect shall be contained within the NEMA 4 control enclosure.
Disconnect shall be non -fused and isolate all power to the control enclosure. The disconnect shall
have an operating handle mounted in the enclosure door, mechanically interlocked to prevent entry
while disconnect is in ON position.
2.4 MOTOR COMBINATION STARTERS- BREAKER
Each motor shall be protected by a MSP combination starter and breaker. Device will be UL 508 Type
F. Motor starter protector and contactor are electrically and mechanically linked by means of a link
module and adapter plate. All starters are suitable for use in group installation applications according
to NEC-430-53(c).
2.5 VARIABLE FREQUENCY DRIVE
A. The variable frequency drive shall be IGBT based with selectable carrier frequency up to 15
KHZ. The VFD shall include terminals for incoming power, motor output power and control
terminals.
B. The VFD shall generate a sine -coded, variable voltage/ frequency, three phase output for
optimum speed control. The VFD shall incorporate power loss ride -through for a minimum of
2 seconds. VFD protective features shall include current limit, auto restart, short circuit
protection, electronic motor overload protection and ground fault protection. The VFD shall
have a push button programming display for easy access to operation parameters. The VFD
shall be protected on the primary side by fuses of the appropriate amperage.
C. Overload capacity: 120% rated output current for one minute. Voltage Fluctuation: +10%, -
15%. Sine wave PWM with full range, automatic torque boost. Frequency Control Range: 0.1
to 400Hz. Frequency Accuracy: Digital, 0.01 Hz, Analog. .1 %. Motor overload protection,
Instantaneous Over current of 180% of rated output current. Over voltage at 820VDC if 460V
input. Under voltage: user adjustable. Momentary Power Loss: up to 2 second ride through.
Electronic Ground Fault. LED capacitor charge indicator. Input Phase loss alarm. Ambient
temperature range of + 14 to 104 degrees F. Humidity of 95% non -condensing.
2.6 CONTROL TRANSFORMER
A control transformer shall provide 120volt power to the pump station controls. The control
transformer shall be protected on primary and secondary sides with appropriately sized fuses. No
load other than the pump controls shall be supplied by the control transformer.
2.7 SECONDARY CONTROL CIRCUIT BREAKERS
Secondary distribution circuit breakers with appropriate ratings shall supply power to each pump
starter coil circuit, the control system and to other circuits as specified.
2.8 MAIN PANEL POWER PHASE MONITOR
The incoming power shall be protected by a phase loss/low voltage system dropout relay to
de -energize the pump station control circuit or motor contactor if either phase failure, phase reversal
or low voltage condition occurs. If after attempted automatic re -starts the phase failure/low voltage
alarm condition remains, the alarm must be manually reset.
2.9 CORROSION INHIBITING MODULES
Corrosion inhibiting modules shall be installed in all electrical enclosures in accordance with the
manufacture's recommendations.
2.10 CONTROL LOGIC
The pump sequence controller shall be an industrial grade PLC with diagnostic LEDs for monitoring
of discrete inputs and outputs. Not less than two additional analog inputs and outputs shall be
standard for monitoring and control purposes. The PLC shall contain RS232 and RS485
communication ports for monitoring and programming purposes. The PLC shall contain an EEPROM,
battery backed RAM and non-volatile memory for storage of critical configuration data.
2.12 AUTOMATIC PRESSURE REGULATION BASED ON VARIABLE FLOW
The pump station controls shall be capable of changing the regulated downstream pressure while in
operation, based on discharge flow or discrete input as called out by the technical specifications. The
pump station controls shall also be capable of up to six, user adjustable pressure regulation set points
based on discharge flow or one additional set point based on a discrete input. In addition to
adjustment of downstream pressure, the controls shall be capable of up six pressure regulation
algorithms to insure accurate pressure regulation regardless of regulated pressure, discharge flow or
connected pump combination.
2.12 VFD BACKUP PRESSURE REGULATION
A. Pump station manufacturer shall provide a line item option for a redundant pressure
regulation device in the event the single specified VFD unit faults or fails. Redundant
14
pressure regulating device can be hydraulic pressure regulation per individual pump or VFD
per individual pump. The back-up mode shall automatically regulate pressure in the event the
main VFD fails. There must be no more than a 10-minute loss of irrigation in any VFD failure.
The VFD back—up pressure regulation mode must provide full station design flow as indicated
in the technical specifications.
B. Utilizing the pressure relief valve is not an acceptable pressure regulation back up device.
Acceptable Methods include:
o Hydraulic Control Valve per pump
o VFD Per Pump (BTU analysis with corresponding cooling feature required)
C. Design detail, valve / cooling equipment submittals and BTU analysis (VFD option) are
required to be included with bid documents.
2.13 USER DEFINED PRESSURE SET -POINT BASED ON FLOW ZONES
The operator shall be capable of changing the regulated downstream pressure based on discharge
flow or discrete input as called out by the technical specifications. The pump station controls shall
also be capable of up to six, user adjustable pressure regulation set points based on discharge flow
or one additional set point based on a discrete input. In addition to adjustment of downstream
pressure, the controls shall be capable of up six pressure regulation algorithms to insure accurate
pressure regulation regardless of regulated pressure, discharge flow or connected pump combination.
2.14 LEAD PUMP SELECTION
Lead selection of equal horsepower pumps shall be accomplished by total accumulated pump
running time. Unless manually overridden, the pump with the lowest accumulated running time shall
be the next pump started in the sequence. Alternating logic for selection of lead pump shall not be
accepted.
2.15 ALARMS
Controls shall shut down the pump station in the event of the following alarm conditions. The controls
shall attempt to restart the system after alarm shutdown or loss of power. After a user adjustable
number of attempts to re -pressurize the system, the controls will go into hard shut down and remain
there until manually reset.
1. Low discharge pressure cutout. Pressure remains 20 PSI below regulate set
point for set time delay.
3. High discharge pressure cutout. Pressure remains 11 PSI above regulate set
point for set time delay.
4. Phase/ voltage cutout. High or low voltage, loss of phase or phase reversal.
5. High pump volute temperature cutout. Pump temperature stays above 120
degrees F. for a set time delay.
6. Starter fail cutout. Output to starter is not met with corresponding running input
for set time delay. Indicates overload, phase imbalance or control fuse.
7. VFD fault and VFD bypass status.
2.16 OPERATOR INTERFACE
A. The controls will utilize an industrial programmable logic controller (PLC) with 7.5" color
touchscreen, a HOA switch for each of the main motors, and an emergency stop button.
The user will be able to monitor, adjust, and control all the station parameters from the
touchscreen. The PLC will include custom programming and screens that allow the user
to monitor / log, adjust the flow rate, or shutdown each metering run individually.
B. The touchscreen will be connected to a Watertronics supplied wireless Ethernet switch.
The wireless switch will communicate via a customer Ethernet communications network
to the internet. The wireless router/switch will allow Watertronics control engineers to
remotely monitor and modify the system in real time to insure satisfactory operation.
C. Operator interface shall be a full color STN display unit mounted in the enclosure door.
Operator interface shall be used for logical display of all pump station functions. The
operator interface shall be NEMA 4 rated. The operator interface shall be touch sensitive
with intuitive on -screen user instruction for ease of operator use. The use of buttons or
keys or off -screen user instructions shall not be permitted. The operator interface shall be
STN color display type with no less than 640 x 480 pixel resolution, with viewing area
measuring not less than 7.0" diagonal. User memory for storing critical pump operation
data shall not be less than required for up to 1 year of data.
D. The operator interface shall allow the user to view and modify all pertinent operation
parameters. The operator interface shall incorporate password protection for modification
of critical pump station parameters. The operator interface capabilities shall include but
are not limited to the following:
1. Overview screen showing pump system configuration. Screen shall show if each
individual pump is enable or disabled, the number of hours on each pump,
station full flow and pressure design criteria
2. System screen with information on current regulation pressure, setpoint,
regulation pressure, System status, restarts remaining, VFD reference speed,
pressure regulation method (VFD or EBV modes) and adjust settings button.
Adjust settings button will allow changing parameters etc. after entering
password.
3. Settings menu to allow changes to pressure regulation settings, pipe saver
mode, VFD manual mode, analog calibration, flow calibration, program or
register settings.
4. Flow screen will display pressure in PSI, flow in GPM and total gallons pumped
in thousands of gallons. Separate display for total gallons pumped since last
reset.
5. Alarm status with time stamping, display of pump station conditions at shutdown
and restart. Alarms will be displayed in red when activated and a separate listing
will be displayed in green when the alarm is reset. Alarms will be logged to a
compact flash disk allowing the service technician to upload data to a
spreadsheet type program.
6. Full control of and capability of monitoring, adjusting and viewing any options
present such as water level, inlet strainer, wye strainer, filtration, chemical
injection, or liquid tank levels. Adjustment of automatic/manual pressure
regulation set points.
7. Graphing capability for up to one full year detailing flow rate and pressure.
Graphing function shall give option to graph and plot a point every minute. The
graph function will be selectable by day, month and year as well as the time of
desired graph. All data will be logged to a compact flash disk allowing the service
technician to upload data to a spreadsheet type program.
2.17 WATERVISION WEB BASED REMOTE MONITORING AND CONTROL SOFTWARE FOR
PERSONAL COMPUTER AND SMART PHONE — SINGLE & MULTIPLE SITES
The pump control system shall incorporate a remote monitoring and control system that is accessible
from any web enabled device via the internet.
A. Connectivity
bix
1. Pump controls: The pump controls shall be connected to the internet via a RTU
(Remote Telemetry Unit) that shall transmit the pump station parameters to a secure
central data collection point, from which they can be retrieved. The RTU shall
communicate directly to the pump control PLC through a dedicated serial port via
Modbus protocol. Generic RTU's that monitor discrete inputs shall not be acceptable.
The RTU shall poll the pump station controls continuously and transmit to the secure
central data collection center only on a change of state.
a. RTU Connectivity options
i. Cellular (GSM or CDMA)
ii. Spread spectrum radio (900 MHz) via cellular or Ethernet Bridge. The
Bridge shall communicate with up to 10 RTU's, providing access to the
central data collection point via a single internet connection.
b. The RTU shall be connected to the internet via a cellular, Ethernet, or a
Bridge connection as called out in the technical specification.
2. Web enabled device: The web enabled device for remote monitoring and control of
the pump system shall require a browser. For PC's, the browser shall be, minimum:
• Internet Explorer 8.0 or higher
• Foxfire version 3.0 or higher
B. Secure data storage
1. Historic data specific to each RTU shall be stored in a password protected secure
data storage facility.
2. The secure data storage facility shall be environmentally hardened, secure of viruses
and power anomalies.
C. Features:
The remote monitoring and control system shall be accessed by a secure login and
password. A user hierarchy shall provide varying levels of access as defined by the system
administrator. Upon successful login, the user shall be able to monitor their pump system and
any attached ancillary devices on a single overview screen. Additional pump monitoring and
control features shall be accessed through links from the overview screen. Specific features
of this system shall include, but not be limited to:
1. Graphical overview of system operations and status including pump status, flow,
pressures, power draws, and regulate set points and alarms.
2. Operational status of pumps: Enabled/Disabled, Running/Not Running, Position of
Hand/Off/Auto switch.
2.18 PRESSURE TRANSDUCER
A solid state pressure transducer shall provide a noise free, linear output proportional to discharge
pressure. Transducer shall be solid-state, strain gauge type with integral voltage regulation and
output accuracy not less than 0.25%. Transducer shall be constructed of stainless steel and rated for
the pump station discharge pressure called out in the technical specifications.
2.19 MAGNETIC FLOW SENSOR
A. The pump station shall have a flow sensor installed, which shall be utilized to control and
display the pump station flow rate and to display total gallons pumps through the touch
screen operator interface device mounted on the control panel door. The flow meter shall be
electromagnetic design comprising of two major components, a primary head and a signal
converter. The flow meter signal converter shall produce two separate signals, pulse and 4-
20ma, in linear proportion to flow rate. Flow meter shall read flows from 0-40 fps, with a
worst -case inaccuracy of +/-0.5% of reading with +/- 0.2% repeatability. Flow meter shall be
sized so that maximum system flow lies between 16 and 24 fps through the meter. The
primary meter head shall incorporate a straight-thru flow design with no moving parts or
2.20
pressure loss, low maintenance and high accuracy. Meter shall be installed according to
manufacturer's recommendations.
B. Flow Measurement:
1. Accuracy: 10% to 100% of max flow = ±1 % of reading. Cutoff to 10% of max flow
_ +2% of reading.
2. Measuring frequency:
Battery power: 1/15 Hz, External power: automatically proceeds with full -speed
measurement, with frequency up to 5.5 Hz. Range: 0.3 fps — 30 fps.
C. Battery Power
Battery Life: 3-5 years, Battery Level Indicator: Supported, Battery Replacement:
Supported
D. External Power
Voltage Range: 8 — 32VDC, Auto Switch to External Power: Supported, External Power
Indicator: Yes
E. User Interface
1. Buttons: Support 1 -2 buttons (reed switch)
2. Display Contents
Flow rate, Total, Battery life, Low battery warning, Empty pipe warning, Reverse
flow direction indication
3. Display Digits: Rate - 7 digits, Total — 9 digits
4. Rate Units: Gallon/minute, Liter/minute, Liter/second, Cubic feet/minute, Cubic
meter/hour, Million gallon/day
5. Total Units: Gallons x 1000, Acre Inches, Acre Feet, Liters X 1000
6. Unit Settings: Set according to customer requirement before shipment
7. Unit Switching: Switchable by defined user button (reed switch)
F. Output: Frequency (opt. iso., dry contact) — with external power, max frequency 1000 Hz.,
Pulse (opt. iso., dry contact), Communications — supported with related hardware
G. Working Conditions: Temperature Operating: 14' F — 131 ° F, Storage: -40' F — 140' F,
Pressure: 290 PSI, Conductivity of Medium: >_ 20uS/cm
H. Installation Method: ANSI 150# Flanged
Protection Rating: Tamper proof IP68 signal converter housing
SKID WIRING
A. Skid wiring shall conform to National Electrical Code Standards. All wiring from control panels
to motors shall be in metal reinforced, water tight, flexible conduit with copper conductors
rated not less than 600 volts and of proper size to carry the full load amperage of the motors
without exceeding 70% capacity of the conductor. Flexible conduit runs shall not exceed six
feet in length. A grounding cable sized to National Electrical Code requirements shall be
included in the flexible conduit. There shall be no splices between the motor starters and the
motor connection boxes.
B. Wiring to flow sensors, and pressure transducer shall be multi -conductor, shielded cable
suitable for Class II low voltage controls. Wiring to motor operated valves, (option available
for VFD stations), shall be in flexible conduit with TFFN #18 gauge copper conductors rated
not less than 600 volts.
MR
2.21 JUNCTION BOXES
All off skid devices requiring control interface shall be terminated in a junction box. This junction box
shall be located at the skid edge nearest the installation point of the off skid device. Chemical and
monitoring systems shall be terminated in a NEMA 4 junction box located on the exterior of the main
controls enclosure to allow user connection.
2.22 PUMP ASSEMBLIES
A. Vertical Turbine Irrigation Pump
Bowl assembly including suction case, intermediate bowls and discharge bowls shall be of
ductile cast iron. The impellers shall be of 201 stainless steel, statically balanced. Impellers
shall be adjusted vertically by means of an adjusting nut located at the top of the driver. Each
pump shaft is to be turned, ground and polished stainless steel having a chromium content of not
less than 12%. It shall be supported by bearings above and below each impeller. The size of
each shaft shall be appropriate to transmit the horsepower required by the pump.
Each turbine pump inlet strainer shall be corrosive resistant basket type with an area not less
than four times the pump suction bell inlet area.
The discharge column pipe shall be A53 Grade B schedule 40 and furnished in interchangeable
10' sections with threaded couplings. The line shafts shall be ground and polished 416 stainless
steel, and shall be coupled with steel couplings, have left hand threads, which tighten during
operation. Drop -in type shaft centering spiders shall be provided at each column coupling at
maximum 10' spacing. The section of shaft passing through the stuffing box shall be stainless
steel having a chromium content of not less than 12%.
Turbine Pumps shall have a polymer bearings and all stainless steel hardware.
B. Discharge Head
Each pump shall be supplied with a DUCTILE IRON discharge head having a flanged
discharge opening. The top diameter of the discharge head shall match the motor base to
distribute the load uniformly. The minimum operating pressure of each discharge head shall
be no less than 30% higher than the maximum output pressure of the pump. The DUCTILE
IRON discharge head will have a tinsel strength of 65,000 PSI.
C. Mechanical Seal
Each turbine pump discharge head shall contain a mechanical seal assembly located where
the line shaft protrudes through the discharge head. The mechanical seal assembly shall
consist of a main housing, shaft sleeve assembly, locking and drive collars. The shaft sleeve
shall be machined from 416 stainless steel. The locking and driving collars shall be
machined from 7075 aluminum. Integral to the seal housing, a permanently lubricated ball
bearing shall be mounted, located out of the pumping media. The mechanical seal shall be
resistant to corrosion and abrasives, totally self lubricating, and rated for no less than 300
PSI. The seal assembly shall require no bypass tubes or related devices to provide cooling or
lubrication.
2.23 MAIN MOTOR WINDING CONDENSATE HEATER
Each pump motor will be supplied with a 120-volt space heater in the motor windings to prevent
condensation during non-use times. The heaters will be deactivated while the motors are running.
b' .
2.24 PRESSURE MAINTENANCE PUMP MOTOR
The system pressure maintenance pump shall be equipped with a 3600 RPM, high efficiency
submersible motor. The pressure maintenance pump shall perform as specified by the Technical
Specifications.
2.25 SKID, PIPING, VALVES, GAUGES, & MECHANICAL EQUIPMENT
A. Base Construction: Pump station base shall be formed from a single sheet of 3/8" steel,
continuous welded and smooth ground at all corners resulting in a seamless, one piece
structure 6-3/8" or 8-3/8" tall with rounded edges and corners. Two 3" holes shall be located
at each corner of the base, on the sidewall, for the purpose of lifting the pump station. The
base shall be strategically reinforced underneath with structural channel iron to support
pumps, manifold control enclosure and periphery. Flat steel, diamond or checker plate
welded over structural steel shall not be permitted. The finished base height shall be 6-3/8" or
8". The base shall be drilled and tapped for mounting of pumps, manifolds, tanks, relief
valves and other equipment. All tolerances shall permit direct bolting of pump station
components to base. No slotted holes shall be permitted in the pump station base and no
nuts or bolt heads shall be permitted on the underside of the base. The base shall be primed
and painted per enclosed specifications on both top and bottom.
B. Fabricated Piping: All fabricated piping shall conform to ASTM specifications A53 for Grade
B welded or seamless pipe. Discharge piping shall be Schedule 40. All welded flanges shall
be forged steel slip-on or weld neck type. All welded fittings shall be seamless, conforming to
ASTM Specification A234, with pressure rating not less than 150 psi.
C. Drains: Drains are to be provided from any possible low point in the system and are to be
equipped with 3/8 A or 1/4" brass valves. Drains shall include, but are not limited to, the
following:
• Drain for each pump discharge check valve
• Drain in discharge manifold upstream of station discharge isolation valve.
• A wash down 3/4" brass hose bib on the discharge manifold, upstream of the main
station isolation valve.
D. Pump Check Valve: Pump check valves shall be bolted directly to the pump discharge
heads and sized per the technical data sheet. They shall be of the silent operating type that
begins to close as forward velocity diminishes and be fully closed at zero velocity preventing
flow reversal. Valve bodies shall be cast from ASTM-126C cast-iron or better and shall be
free from blowholes, sand holes, and other impurities. The valve design shall incorporate a
center guided, spring loaded poppet, guided at opposite ends and having a short linear stroke
that generates a flow area equal to the pipe diameter. Internals shall be machined bronze
disc, seat, and stem guide. Valves shall be sized to permit full pump capacity to discharge
through them without exceeding a pressure drop of 2.5 PSI. Valves 4" and smaller to be
pressure rated for 250 PSI, 6" to 10" to be pressure rated to 150 PSI. Valves 12" and larger
check valves to be globe style with 150 PSI rating iron bodied with bronze trim.
E. Isolation Valve: Each pump shall be isolated by means of a butterfly valve after the check
valve and before the discharge manifold. The discharge manifold shall also have an isolation
valve at the skid edge. Isolation valves shall be butterfly type with ten position lever for valves
4" and smaller, or gear operators for valves 5" and larger, rated for 200 PSI WOG working
pressure. Trim shall include stainless steel stem, bronze or nickel coated iron -streamlined
disk with full faced resilient seat design to eliminate need for flange gaskets.
F. Pressure Relief Valve: A pressure relief valve shall be installed on the discharge piping
downstream of the pressure regulating valves. The valve shall be sized to bypass sufficient
water back to the water source to avoid the discharge pressure from exceeding the maximum
77
programmed pressure set point by more than 10 PSI. A butterfly isolation valve will be install
upstream of the relief valve to facilitate service.
G. System Air Release: Individual pump column air shall be purged prior to entering the
pump station inlet and / or discharge manifold. Separation reservoirs or tanks with air/
water balance controls shall not be accepted.
H. Pressure Gauge: A pressure gauge shall be located on the discharge manifold for
measuring regulated, pressure. Pressure gauge shall be 304 stainless steel case and bezel
construction. Gauge shall be 4" diameter, liquid filled. Pressure sensing connection shall be
1/4" NPT lower gauge connection.
Lake Level Controls: The irrigation reservoir shall be continuously monitored by an
electronic pressure transducer, which will send a 4-20ma signal to the PLC. The reservoir
level will be read on the Touchscreen operator interface and displayed in inches. The user
shall be able to control the remote signal activation level by making the desired adjustments
on the screen. When low (set point) level has been maintained for the pre-set period, a 120
VAC signal shall be sent to a dry contact relay in the pump station panel to activate the start
signal for a fill pump or valve. Upon a rise in the reservoir level, the signal will stop and the
relay will drop out to stop the filling operation.
Pipe Support Stand: Furnish manufactured steel pipe support stand as shown on the
drawings and details. Support must be capable of supporting the weights. dead load and
be adjustable within the range shown on the pump piping detail.
K. Access Hatch: Provide hatch as a hinged component of the pump -mounting skid for
access to wet well.
Painting: Painting of the entire unit shall consist of a multi -step coating system including
metal preparation, a rust prohibitive epoxy prime coat and a two part ultraviolet insensitive
polyurethane finish having a total dry film thickness of not less than 5 mils. Each coat will be
applied and baked for one half hour at 165 degrees F. All pump station components including
skid, manifolds, isolation and relief valves, grooved clamps and supports shall be painted as
shown in the Technical Specification. All electrical enclosures and accessory panels and
tanks shall be appliance white.
M. Other Components:
o Tools and Spare Parts: Provide operating keys, servicing tools, test equipment,
and any other items indicated on the drawings.
o Other Materials: Provide other materials or equipment shown on the drawings or
installation details to be part of the pumping system, even though such items
may not have been referenced in these specifications.
o All nuts, bolts, washers, and fasteners shall be zinc or cadmium plated for
corrosion resistance.
N. Station Heater
The pump station manufacturer will provide a thermostatically controlled heater. The
heater will be powered from the station control panel and be mounted on a swing arm
attached to the panel top.
2.26 OPTICAL ISOLATOR
The pump station manufacturer shall provide optical isolation to isolate the PLC and computer system
from sensor circuits, which may have a different ground reference. The optical isolator shall isolate
the signal generated by the flow sensor from system input circuitry. The optical isolator wire terminal
connection will be located in a J-box on the control panel exterior.
2.27 POWER ZONE - 5KVA
The pump station manufacturer shall provide an auxiliary power supply pre -wired and mounted on the
skid. It should be capable of delivering 120 volt OR 220-volt single-phase power, with KVA and
breaker ratings and quantity as called out in the technical data sheets.
2.28 FERTIGATION RUN RELAY
The pump station manufacturer shall provide a run relay, which shall provide a start/stop signal for
customer supplied fertigation pump. The run relay shall allow the fertigation pump to run only after
100 GPM station flow rate. The station GPM setting to activate or de -activate the fertigation pump
shall be field adjustable through the operator interface. The run relay wire terminal connection will be
located in a J-box on the control panel exterior.
2.29 ELECTRONIC BUTTERFLY VALVE BACK-UP PRESSURE REGULATION ON MAIN PUMPS ONLY
A. Pump station manufacturer shall provide an automatic by-pass back-up mode for constant
pressure regulation in the event of VFD failure. The back-up mode shall automatically
function on the fly during an event of a VFD failure, without loss of irrigation. The VFD back—
up mode must provide constant pressure at variable flow without causing line surge. Utilizing
the pressure relief valve is not an acceptable automatic back up mode due to its inability to
provide surge free constant pressure regulation at variable flow demand. The automatic VFD
by-pass mode shall be either controlled hydraulically through a pressure -regulating valve per
pump or EBV (electronic butterfly valve(s).
B. The pump station discharge pressure shall be regulated to provide surge -free constant
pressure as programmed via the control panel operator interface. Discharge pressure shall
be regulated by an Electronic Butterfly Valve, consisting of the following:
1. Gradual entry of water from the EBV pump into the discharge manifold to allow for
complete purging of pump column air and elimination of surges.
2. Maintain programmed downstream pressure regardless of discharge flow.
3. Up to six, user adjustable PID control settings to ensure accurate pressure regulation
at all flows, programmed pressure, or connected pump combination.
4. Adjustable pressure ramp -up and ramp -down to assure surge free pressure
regulation.
5. After a drop in pressure, gradually increase system pressure over a user adjustable
period to eliminate surging.
6. Rate of change of pressure control to anticipate and eliminate rapid pressure
changes caused by changing system demand.
C. Adjustment of regulated downstream pressure shall be accomplished though the control panel
operator interface. Individual pressure regulating valves shall be butterfly type with electric motor gear
actuation. The maximum allowable pressure drop across the butterfly valve at full pump capacity shall
not exceed one PSI. The Butterfly Valve shall be rated for not less than 285 PSI.
2.30 COMPOSITE PUMP STATION ENCLOSURE
A. The pump station shall be totally enclosed by a modular type enclosure that is
constructed of non -corrosive composite materials.
B. The composite enclosure shall completely enclose the pump station mounting base and
be flush with pump station pad.
W
C. The pump station enclosure shall consist of the following:
Side panels, two sets of double doors and pitched roof panels formed from fiberglass reinforced
composite material. This material will be a 32-lb density closed cell fiberglass reinforced
polyurethane panel having the following physical properties.
Material Properties
.05"
.75"
1.0"
Tensile Parallel: strength
6,220 psi
4,298 psi
3,837 psi
Tensile Perpendicular: strength
186 psi
274 psi
343 psi
Shear: Strength
530 psi
641 psi
685 psi
Shear: Modulus
3,750 psi
5,376 psi
6,243 psi
Compression: Strength @ 2.5% strain
366 psi
454 psi
339 psi
Compression: Modulus
14,700 psi
18,154 psi
13,627 psi
Flex: Strength
6,813 psi
5,372 psi
5,669psi
Flex: Modulus
311,180 psi
217,520 psi
278,440 psi
Static Bending: Strength
6,813 psi
5,563 psi
6,422 psi
Static Bending: Modulus
378,770 psi
279,310 psi
286,450 psi
R-Value:
1.22E ft"2 h/Btu
1.92E ft^2 h/Btu
2.24E ft"2 h/Btu
Coefficient of Linear Expansion:
1.33 X 10^-5 in/in/F
1.33 X 10^-5 in/in/F
1.33 X 10^-5 in/in/F
Mold/Fungi Test:
Passed Rating of 0
Passed Rating of 0
Passed Rating of 0
Corner posts, center posts and header beams shall be formed from structural composite profiles
having UL 94 VO Flame Resistance Properties. The chart below is a typical listing of mechanical
properties of the structural profiles utilized within the composite enclosures.
Mechanical Properties
Unit
Value
Tensile Strength
Psi
12,500
Tensile Modulus
Psi X 10^6
1.2
Flexural Strength
Psi
25,000
Flexural Modulus
Psi X 10^6
1.1
Compressive Strength - flatwise
Psi
34,000
Compressive Strength - edgewise
Psi
29,500
Shear Strength
Psi
13,000
IZOD Impact Strength
Ft.-lb./in.
9.6
Water absorption in 24 hrs
% by weight
.2
Specific Gravity
1.8
A header beam shall run from corner post to corner post on all sides of the enclosure. The header
beam shall be chemically fused to the corner posts and center posts utilizing a Methacrylate
structural adhesive. The composite framework is then attached to the skid utilizing the supplied
mechanical hold-downs.
Each side panel shall have either a corner or center post on each side. Corner and center posts
hold side panels in place from behind. Header beams hold side panels in place at the top and
front.
D. The entire roof shall be removable without disturbing the remainder of the building. The
roof panels shall sit on top of and bolt to the header beams. Bolts shall be spaced no
farther than 20" apart around the lower flange of each roof panel. Removal of these bolts
shall be the only obstacle to removing the entire roof. Two lifting points will be attached to
the roof assembly for ease of removal. When two roof panels are joined together the
mated pair is easily removed with a lifting strap and a boom. Removing the roof panels
allows full access to pumps and motors from above.
100
E. One incandescent light fixture shall be mounted at least 54" above the floor. The fixture
will be suitable for wet locations and a cage will protect the light bulb. The switch will also
be suitable for wet locations and be mounted at the edge of the door giving access to the
control cabinet. All wire will be protected inside'/2" sealtite flexible conduit.
F. A fan shall be incorporated into one fixed side panel. The fan motor shaft shall be placed
at least 48" above the top of the pump station skid. The fan shall have protective
screening completely surrounding the blades and self -opening shutters on the outside of
the panel. The fan shall be at least 18" in diameter and move at least 2800 cfm. The fan
shall draw air from within the enclosure. A self -opening louvered panel shall be placed in
a fixed side panel as far from the fan as possible. This louvered panel shall serve as air
intake into the enclosure. An industrial thermostat will activate the fan.
G. Painting shall consist of a multi -step coating system including composite preparation for
use of a two part ultraviolet insensitive Aliphatic Urethane finish having a total dry film
thickness of not less than 5 mils. All exposed enclosure components including side
panels, doors, roof panels, posts, headers, and mounting brackets shall be painted
medium green or Sandstone.
2.31 STAINLESS STEEL INLET BOX SCREEN
An all stainless steel box screen will be provided as called for in The Technical Specification. The
screen will be box style with stainless steel mesh on three sides. The top, bottom and outlet sides will
be solid stainless sheet. For support of the screen, stainless steel legs will be attached to the bottom.
The box screen will have a clamp on style fitting with stainless steel bolts and nuts to slide over the
inlet pipe.
2.32 INLET/DISCHARGE DROP PIPE
The pump station manufacturer shall supply the inlet and discharge drop pipes, with vertical swivel
connection, for connection to the irrigation main line. The pipe will be of Schedule 40 steel, painted to
match the pump station and sized for depth and termination based on the irrigation contractors
requirements or as shown on the bid documents.
2.33 AUTO -FLUSH WYE STRAINER
The pump station manufacturer shall provide an automatic flushing wye strainer mounted and wired
on skid. The wye strainer basket shall be piloted in both body and cover and fabricated from 24
gauge stainless steel with perforations as shown in the technical specifications. The body of the
strainer shall be cast iron with flanged connections. Pressure drop through the strainer shall be not
more than 1.75 PSI at full station capacity. The strainer shall be automatically flushed after a specific
pump station run duration period. This timer is adjustable through the computer operator interface
device (OID) as called out for in these specifications. A manual "on" selector switch shall be
Touchscreen operator interface. Provided as an integral part of the strainer package shall be a
normally closed solenoid operated valve. The PLC shall initiate the flushing cycle by opening the 2"
solenoid valve for an adjustable duration. The flush shall be an adjustable timer through the computer
interface device. A 2" ball valve shall be supplied to isolate the solenoid valve. The wye strainer size
shall be specified in the technical data sheet. The flush line shall be piped to skid edge. Others to
supply flush line back to supply pond.
2.34 BACKUP MODE ON VFD
Pump station manufacturer shall provide an automatic by-pass back-up mode for constant pressure
regulation in the event of VFD failure. The back-up mode shall automatically function on the fly during
an event of a VFD failure, without loss of irrigation. The VFD back—up mode must provide constant
101
pressure at variable flow without causing line surge. Utilizing the pressure relief valve is not an
acceptable automatic back up mode due to its inability to provide surge free constant pressure
PART 3 -EXECUTION
3.1 INSPECTIONS AND REVIEWS
Site Inspections:
1. Verify site conditions and note irregularities affecting work of this section. Report
irregularities to the Contracting Officer Representative prior to beginning work.
2. Beginning work of this section implies acceptance of existing conditions.
3.2 EXCAVATION AND BACKFILLING
Contractor to install and maintain safety fencing around all unattended excavation. Place safety
signs adjacent to construction area roadway to the satisfaction of the Contracting Officer
Representative.
3.3 PUMP STATION OFF LOADING & SETTING
Off-loading & setting of the pump station is the responsibility of the contractor, unless specifically
called out elsewhere in the specification. Crane to off-load and set the pump station on the concrete
slab is to be provided by contractor.
3.4 SITE PREPARATION DRAWINGS
The manufacturer shall furnish site preparation drawings within two weeks after receipt of order.
Drawings shall indicate pump station alignment, discharge piping size, and electrical services
required from local contractor. The owner shall return one set of drawings marked approved or
corrected within one week of receipt.
3.5 PUMP STATION START UP
A. Technical start up shall be furnished by the pump station manufacturer or a qualified,
Watertronics certified service agency. Location and mounting details shall be furnished by the
pump station manufacturer. Electrical connection, by purchaser, shall consist of a single
conduit from owners disconnect to the pump station main disconnect. Additional purchaser
responsibility shall include confirming correct motor rotation and securing local
inspection/approval.
3.6 TECHNICAL START-UP
A. Pump station technical start-up. Procedures should include:
1. Station start-up and pressurization
2. Pressure, flow, automatic shut -down and programming adjustments
3. Monitoring of complete golf course irrigation cycle when possible.
4. Customer training and presentation of owners manual.
3.7 TESTING
A. The pump station manufacturer shall conduct and document a complete factory dynamic test
of the pump station prior to shipment. Pump station shall be tested throughout the entire
operating range at the net discharge pressure called for in the technical specifications.
102
B. Watertronics Dynamic Pump Test:
1.
Station full flow
2.
Station discharge pressure
3.
Individual pump pressure
4.
Individual pump flow
5.
Pump RPMs
6.
Pump curve (flow vs. TDH)
7.
Motor Voltage
8.
Motor frequency
9.
Motor Phase
10.
Motor Full Load Amps
11.
Motor amps at service factor (1.15)
12.
Motor Efficiency
13.
Vertical Motor vibration Standard Testing (V1, V2, H1, H2, Al, PH1, PH2)
14. Power factor
15. The test shall be documented for verification by the consulting engineer or owners'
representative prior to delivery upon request.
3.8 WARRANTY
The manufacturer shall warrant the pumping station to be free of defects and product malfunctions for
a period of two years from date of startup or 27 months after shipment, whichever occurs first.
Failures caused by, lighting strikes, power surges, vandalism, flooding, operator abuse, or acts of
God are excluded from warranty coverage. All warranties implied or otherwise shall not exceed those
warranties extended by major or sub -component suppliers. Parts only warranty is not acceptable.
3.10 MAINTENANCE AND OPERATION INSTRUCTIONS
Pumping System Maintenance:
1. Prior to Final Inspection, provide a one -day training session to operating
personnel on proper operation and maintenance of the pumping system. Training
session should be for a period of not less than 8-hours and cover aspects of
maintaining, operating and repairing the new pumping system.
2. Unless otherwise noted, provide irrigation operation and maintenance information
in a 3-ring binder with table of contents and index sheet. Provide sections that
are indexed and labeled. Provide the following information:
a. Catalog cut sheets for pumping system.
b. Manufacturer's Operation and Maintenance manuals including complete
documentation for programming and recommended settings and
adjustments.
C. Manufacturer's Technical Service Bulletins.
d. Manufacturer's Warranty Documentation.
e. Manufacturer's guide for troubleshooting operational problems.
f. Recommended routine maintenance inspections for weekly, monthly and
annual inspections and recommended actions for the inspections and a
recommended method for recording the findings of the inspections.
g. Predictive schedule for component replacement.
h. Listing of technical support contacts.
3. Operation and maintenance submittal package must be complete prior to being
reviewed by the Contracting Officer Representative. Incomplete submittals will be
returned without review.
3.11 OPERATION AND MAINTENANCE MANUAL
103
Operation and maintenance manuals shall be furnished at time of startup and initial training. Owner
will also receive training specific to this station as specified.
3.12 CLEANUP
A. Upon completion of work, Contractor to remove from the site all machinery, tools, excess
materials, and rubbish.
B. Clean all surfaces and touch up scratches on pumping system or piping with factory paint
to match original
3.12 TECHNICAL SPECIFICATIONS
Model# VTVE-1-60X2/5ST-460-3-1200-120
Third Party Listing
Starting Equipment
U.L. Listed as and Industrial Control Device
Controls
U.L. Listed as and Industrial Control Assembly
VFD Controls
U.L. Listed as and Industrial Control Assembly
Total Design Criteria
Zone
Flow (GPM)
I Pressure (PSI)
1
11200
1120
Pump Station Incoming Power Requirement
DEVICE
AMP
KVA
Voltage
Phase
Hertz
Lead Pump (75 HP)/VFD
68
480
3
60
Lag Pumps (75 HP)
68
Sustain Pump (5 HP)
8
Control Power
3
Accessories
11
Total Full load Amps
158
Puma Station Main Disconnect Ratin
Non -Fused jAmps I Volts
Control Panel 1 1480
Operator Interface
Color
Touchscreen
Memory Card
YES
Yes
YES
Variable Frequency Drive
Operating Temperature
0 to 500C (320-150°F)
Humidity
Non -Condensing
Minimum Efficiency
98% (full load, base speed)
Frequency Rating
100% continuous drive rating,
Intermittent 111% Drive rating for one minute
104
Safeties
Safety
Setting
Incoming Phase Failure and Low Voltage and Phase Reversal
10% +/-
Individual Power Phase Failure and Low Voltage
10% +/-
Low Discharge Pressure Shut down
25 PSI Below Setpoint
.High Discharge Pressure Shutdown
15 PSI Above Setpoint
Low Water Level Shutdown
2' Above Pump Suction
Motor and Pump Data
PMP
Pump #1
Pump #2
Motor HP
5
60
60
Motor/Pump RPM
3600
1800
1800
Motor Service Factor
1.15
1.15
1.15
Motor Efficiency
74%
94.5%
94.5%
Motor Power Factor
81%
85.4%
85.4%
Motor Type
SUB
VHS
VHS
Motor Disconnect Volts
480
480
480
Motor Full Load Amps
8
87
87
Motor Locked Rotor Amps
153.4
539
539
Motor O.L. Rating, Amps
8.9
100
100
Motor Starter Type
XL
VFD/XL
VFD/XL
Motor Space Heater
N/A
Yes
Yes
Motor De -rate For Altitude
N/A
N/A
N/A
Motor CFM Requirements
N/A
425
510
Total Station CFM Req'd
2550
Pump GPM
50
600
600
Pump TDH
290
298
298
Pump Efficiency at Design
65%
85.2
85.2
Pump Shut Off Head, FT
430
333
333
Pump Column Pipe ID
2"
6"
6"
Pump Column Material
Steel
Steel
Steel
Pump Shaft Material
17-4 PH SS
Stainless
Steel
Stainless
Steel
Pump Impeller Material
Noryl
Stainless
Steel
Stainless
Steel
Pump Bowl Material
AISI 304SS
Cast Iron
Cast Iron
Pump Discharge Size
2"
6"
6"
Pump Check Valve Size
2"
6"
6"
Check Valve Rating, PSI
200
200
200
Check Valve Drop at Capacity, PSI
.75
1.5
1.5
Pump Isolation Valve Size
2"
5"
5"
Isolation Valve Rating, PSI
200
200
200
Electronic Butterfly Valve
N/A
5"
5"
Station Relief Valve Size
4"
105
Sequence of Operation.
The system will Start or Stop based on the differential pressure setpoint.
Non -Irrigation times: The pressure maintenance pump (PM) should cycle ON and OFF to maintain
irrigation setpoint system pressure. Pressure maintenance pump (PM) should turn OFF when main
irrigation pumps Start.
Irrigation times: When the pressure maintenance pump cannot maintain the system pressure, the VFD
on the main pump station will start the first main pump and gradually ramp the pressure up to desired
irrigation system pressure. The start pressure of the VFD pump should be a differential below the
setpoint. The pump speed will be modulated to hold a constant station pressure regardless of the flow. As
the flow rate of the system increases and the VFD on the main pump can no longer maintain the system
pressure at pump maximum speed, the next sequential pump should start on station VFD and first pump
should accordingly reduce its speed and modulate. As the flow keep increasing, the pumps should
sequentially be started until all the pumps are running to satisfy the system flow at the setpoint pressure.
When the irrigation demand of flow start to decrease, pumps should be sequentially turned off until a
single VFD driven pump is operating.
When no flow demand is required the station pumps should turned OFF.
An algorithm should be written and included with the pump station for reducing the VFD pump speed as
the next sequential pump is started so that no pressure surges are generated during the transition
between pumps (even with across the line starting). If the operator/customer prefer to switch the VFD
from pump to pump for sequential starting, he should be able to select this option with the HMI.
Pump Stuffing Box Style
Type Mechanical Seal Packing
X
Station Discharge Information
Zone
Valve
Meter Run Size
Flow Meter Type
Z Pipe
TOL's
1 t8I,solation
8"
Electromagnetic
8" FL x 12" FL
3 @ 3/4"
Auto Flush Strainer
Type
I Siz
I Quantity
Perforation
Wye
8"
11
1 /8"
Remote Interface Software & Alarm Notification (Optional)
Watervision Web -Based
Remote Monitorina
Special Remote Monitoring
Cellular
Custom Views
Wet Well Level Monitoring & Multiple Fill Control
Custom Views
Fertigation Monitoring & Control
106
Pump Station Enclosure
Access
Doors
Ventilation
Fan/Louvers
Interior
Lighting
Exterior Mounted
Service Disconnect
Exterior Mounted
Communication J-Box
Color
Green or Sandstone
X
X
X
X
N/A
Sandstone
Power Conditioner in NEMA 4 Enclosure
Size (KVA)
lOutputVoltage
I Circuit Breakers Amps -Quantity
5
1220
15-2
Main Electrical Enclosure Lighting
Interior I X, I Exterior N/A
Fertigation System Interface (Optional)
Run Relay I X I Optical Isolator X
Remote Recharge System Interface
Pump Station Heater
Level Sensor Type I Quantity Ivoltage
Level Transducer 11 1 Dry Contact
Size (KW)
Volta e
5
1460
Site Conditions & Intake Screen
Wet Well Depth
12 FT - To Be Confirmed
Wet Well Diameter
60"
Intake Flume Size, Type & Length
To Be Determined
Static Reservoir Inlet Screen Size*
SBS-24
107
MTI DISTRIBUTING, INC.
M
Count on it. 4830 AZELIA AVE. N., STE 100
filt I BROOKLYN CENTER, MN 55429
❑ 1 s T R i e u T i N G PHONE (763)-592-5600
11"1►1111 i 1i 1i1i 11 i 1.i 1i1111 i 1 I C:FAX (763)-592-6600
RIVER OAKS GOLF COURSE - ALLIED
TORO IRRIGATION SYSTEM
Material Quotation August 15, 2022
EXHIBIT "B"
QTY
PART #
DESCRIPTIONS - REMOTE COMMUNICATION
ACCESSORIES
UNIT
PRICE
EXTENSION
1
IPAD
Apple iPad Pro 11" w/ 128GB, Wi-fi + Cellular w/ Nuud LifeProof Case
1,377.70
1,377.70
1
JCAA103T50BNC-N
Base Antenna Assembly (includes: AA103 Base Antenna 5db, 50' Cable,
Lightning Arrestor, & 6' BNC/N-Male Adapter Cable)
543.75
543.75
4
JCHMAU1424
Maxon TDP 1424 Radio, 1024 channel, 4-watt, w/ Display, Keypad, &
Charger (both digital and analog)
583.20
2,332.80
FCC Call Sign WPDM722 ius Valid Until 10114123.
SUB TOTAL
4,254.25
QTY
PART #
DESCRIPTIONS - WEATHER STATION
UNIT
PRICE
EXTENSION
1
T107-SP-NM-MW
Campbell Scientific ET107 Wireless Weather Station w/ Solar Panel & Radio
Comm
12,645.56
12,645.56
SUB TOTAL
i 12,645.56
QTY
PART #
DESCRIPTIONS - SPRINKLERS/ETC.
UNIT
PRICE
EXTENSION
801
TSJ-12AF-8-4-10A
TORO SJ, 8" Standard, 1.5" AquaFuse X 1-1/4" X 1" ACME
33.41
26,761.41
SUB TOTAL
263761.41
QTY
PART #
DESCRIPTIONS - PIPE (per ft.)
UNIT
PRICE
EXTENSION
100
PE47102411
24" HDPE 4710 DR11 (Billed in 50 ft lengths) INTAKE FLUME
136.6847
13,668.47
400
PE47101213.5
12" HDPE 4710 DR13.5 (Billed in 50 ft lengths)
27.4238
10,969.52
1,300
PE47101013.5
10" HDPE 4710 DR13.5 (Billed in 50 ft lengths)
19.4971
25,346.23
6,500
PE47100813.5
8" HDPE 4710 DR13.5 (Billed in 50 ft lengths)
12.5597
81,638.05
15,000
PE47100613.5
6" HDPE 4710 DR13.5 (Billed in 50 ft lengths)
7.4080
111,120.00
4,200
PE47100313.5
3" HDPE 4710 DR13.5 (Billed in 50 ft lengths)
2.2079
9,273.18
52,000
PE47100213.5
2" HDPE 4710 DR13.5 (Billed in 2000 ft Coils)
1.0738
55,837.60
1,000
PE47100213.5
2" HDPE 4710 DR13.5 (Billed in 500 ft Coils)
1.1100
1,110.00
6
ZF04
Freight Charges - Per Truckload ADD
-
INCLUDED
Resin is a commodity item, therefore the pipe quote is based on
current pricing. This quote is firm until 8118122, however, prices can
change without notice, and the actual price will be determined when
the contract is signed allowing the order to be placed. Project returns
will be subject to the manufacturer's restock fee.
SUB TOTAL
308,963.05
River Oaks GC - City of Cottage Grove, MN Page 1 of 4 8/15/2022
QTY
PART #
DESCRIPTIONS - VALVES/BOXES
UNIT
PRICE
EXTENSION
5
AF263810961175009
10" HDPE IPS(DR-11) AQUAFUSE CONTROLFLO C515P2 GATE VALVE;
RW OL NRS ON SSBN EPDM
3,139.17
15,695.85
15
AF263808961175009
8" HDPE IPS(DR-11) AQUAFUSE CONTROLFLO C515P2 GATE VALVE;
RW OL NRS ON SSBN EPDM
2,130.44
31,956.60
11
AF263806961175009
6" HDPE IPS(DR-11) AQUAFUSE CONTROLFLO C515P2 GATE VALVE;
RW OL NRS ON SSBN EPDM
1,370.90
15,079.90
74
AF263803961175009
3" HDPE IPS(DR-11) AQUAFUSE CONTROLFLO C515P2 GATE VALVE;
RW OL NRS ON SSBN EPDM
878.78
65,029.72
10
AF0200Y-MFNO-000
2" AquaFuse Lateral Poly Ball Valve, 1/4 Turn, PE
139.05
1,390.50
1
AF0200Y-MFNO-360
2" AquaFuse Lateral Poly Ball Valve, 360deg Turn, PE
257.60
257.60
10
C30-P-02
Bermad C3002OPSNPOOTOO-WD : WW-2"-C30-P-S-NP-T-WD; Combination
air valve, plastic body (Black), w/Test Point, side outlet, NPT male-230PSI
172.85
1,728.50
106
TVB-10RND-G
TORO 10" Round Valve Box w/ Green Cover
20.70
2,194.20
63
TVB-10RND-BK
TORO 10" Round Valve Box w/ Black Cover
20.70
1,304.10
10
TVB-1521-12-G
TORO 15" Jumbo Rectangular Valve Box w/ Green Cover
69.35
693.50
10
TVB-1521-EXT6BOX
TORO 6" Extension for 15" Jumbo Rectangular Valve Box
51.75
517.50
SUB TOTAL
135,847.97
QTY
PART #
DESCRIPTIONS - WIRE/ELECTRICAL
UNIT
PRICE
EXTENSION
400,000
PG14RD-2500
#14 Red P.E. Secondary Wire (per ft.) (Billed in 2500' reels)
0.1090
43,600.00
80,000
PG12PE-WH
#12 White P.E. Secondary Wire (per ft.) (Billed in 2500' reels)
0.1639
13,112.00
2,000
PG4BK-1000
#4 Black OF P7001 D, per ft. (billed in 1000' reels)
1.0415
2,083.00
2,000
PG4WH-1000
#4 White OF P7001 D, per ft. (billed in 1000' reels)
1.0415
2,083.00
2,000
PG4RD-1000
#4 Red OF P7001 D, per ft. (billed in 1000' reels)
1.0415
2,083.00
2,000
PG4GR-1000
#4 Green OF P7001 D, per ft. (billed in 1000' reels)
1.0415
2,083.00
8,000
PG6BK-1000
#6 Black OF P7001 D, per ft. (billed in 1000' reels)
0.7005
5,604.00
8,000
PG6WH-1000
#6 White OF P7001 D, per ft. (billed in 1000' reels)
0.7005
5,604.00
8,000
PG6RD-1000
#6 Red OF P7001 D, per ft. (billed in 1000' reels)
0.7005
5,604.00
8,000
PG6GR-1000
#6 Green OF P7001 D, per ft. (billed in 1000' reels)
0.7005
5,604.00
9,000
PG8BK-1000
#8 Black OF P7001 D, per ft. (billed in 1000' reels)
0.4321
3,888.90
9,000
PG8WH-1000
#8 White OF P7001 D, per ft. (billed in 1000' reels)
0.4321
3,888.90
9,000
PG8RD-1000
#8 Red OF P7001 D, per ft. (billed in 1000' reels)
0.4321
3,888.90
9,000
PG8GR-1000
#8 Green OF P7001 D, per ft. (billed in 1000' reels)
0.4321
3,888.90
2,000
PG10BK-2500
#10 Black OF P7001 D, per ft. (billed in 2500' reels)
0.2690
538.00
2,000
PG10WH-2500
#10 White OF P7001 D, per ft. (billed in 2500' reels)
0.2690
538.00
2,000
PG10RD-2500
#10 Red OF P7001 D, per ft. (billed in 2500' reels)
0.2690
538.00
2,000
PG10GR-2500
#10 Green OF P7001 D, per ft. (billed in 2500' reels)
0.2690
538.00
10
KE98105
King DryConn Direct Bury Power Connector, 3 per pack
51.68
516.80
19
PGREDWTAPE
Red Warning Tape, 3"xl000' Roll
27.36
519.84
1,700
MMDBR/Y-6
3M 600 Volt Direct Bury Splice- Red/Yellow wire nut
1.67
2,839.00
19
UE5810
5/8"x10' Ground Rods
48.30
917.70
19
PG-182199
Ground Plates 12"x36"x.064" or 4" x 96" x .064", w/ 6ga Ground
177.60
3,374.40
19
PG-GR1161G+
Cadweld Plus Ground Connectors 1 Wire #6 Solid wire
16.99
322.81
40
PG-1820074
Erico "One -Shot" Kit, PG11L
21.76
870.40
19,000
PG6-CP2500
#6 Solid Bare Ground Wire, per ft. (Billed in 250', 1000', 2500' Reels)
0.7952
15,108.80
0
PG-1820058
GEM Ground Enhancement Material 50 pound bag, Powerset if needed
100.80
Copper is a commodity item, therefore the Copper wire quote is based
on current pricing. This quote is firm until 8/25/22, however, prices can
change without notice, and the actual price will be determined when
the contract is signed allowing the order to be placed.
SUB TOTAL
129,637.35
River Oaks GC - City of Cottage Grove, MN Page 2 of 4 8/15/2022
QTY
PART #
DESCRIPTIONS - FITTINGS, HDPE FUSION
UNIT
PRICE
EXTENSION
7
AF360000551
8 IPS Molded Tee, Butt Fusion
163.21
1,142.47
3
AF360000053
10 IPS Molded Tee, Butt Fusion
381.08
1,143.24
1
AF360000504
12 IPS Molded Tee, Butt Fusion
540.39
540.39
25
AF360028266
6 IPS Molded 45' Bend, Butt Fusion
44.35
1,108.75
10
FFC22080000E000
8 IPS Fabricated 22-1/2' Bend, Butt Fusion
194.70
1,947.00
10
AF360019868
8 IPS Molded 45' Bend, Butt Fusion
100.21
1,002.10
3
FFC22100000E000
10 IPS Fabricated 22-1/2' Bend, Butt Fusion
235.32
705.96
3
AF360000052
10 IPS Molded 45' Bend, Butt Fusion
315.66
946.98
2
AF360000178
12 IPS Molded 45' Bend, Butt Fusion
369.78
739.56
12
AF360000068
8 x 6 IPS Molded Reducer, Butt Fusion
54.04
648.48
4
AF360003453
10 x 8 IPS Molded Reducer, Butt Fusion
82.80
331.20
1
AF360029046
12 x 8 IPS Molded Reducer, Butt Fusion
109.54
109.54
1
AF360018413
12 x 10 IPS Molded Reducer, Butt Fusion
120.51
120.51
75
AF360002215
3 x 3 x 3 IPS Molded Tee, Socket Fusion
25.01
1,875.75
150
AF360002186
3 x 2 IPS Molded Reducer, Socket Fusion
25.88
3,882.00
75
AF360002107
3 IPS Molded 90' Bend, Socket Fusion
19.35
1,451.25
75
AF360002145
3 IPS Molded Coupling, Socket Fusion
8.65
648.75
60
AF360002212
2 x 2 x 2 IPS Molded Tee, Socket Fusion
11.97
718.20
120
AF360002105
2 IPS Molded 90' Bend, Socket Fusion
5.33
639.60
60
FSFFL020450EOOS
2 IPS Molded 45' Bend, Socket Fusion
22.79
1,367.40
20
AF360002143
2 IPS Molded Coupling, Socket Fusion
3.27
65.40
10
AF360000601
6 x 2 IPS Branch Saddle
11.10
111.00
45
AF360000607
6 x 3 IPS Branch Saddle
18.09
814.05
2
AF360000614
8 x 2 IPS Branch Saddle
11.10
22.20
30
AF360000620
8 x 3 IPS Branch Saddle
18.09
542.70
3
AF360003590
10 x 3 IPS Branch Saddle
18.09
54.27
10
AF360002496
2" HDPE Transition Fitting, PE X MPT
19.36
193.60
850
AFAS150-020
2" x 1-1/2" AquaFuse Service Saddle
26.12
22,202.00
25
AFAEL150-000
2" x 1-1/2" AquaFuse End -of -Line Service Saddle, PE x FAT
26.12
653.00
25
AF360002185
2 x 1-1/2" IPS Molded Reducer Coupling, Socket Fusion
7.58
189.50
1
ZF04
Freight Charges - Per Truckload ADD
-
INCLUDED
Resin is a commodity item, therefore the HDPE fittings quote is based
on current pricing. This quote is firm until 9116122, however, prices can
change without notice, and the actual price will be determined when
the contract is signed allowing the order to be placed. Project returns
will be subject to the manufacturer's restock fee.
SUB TOTALI
45,916.85
QTY
PART #
DESCRIPTIONS - FITTINGS, MISCELLANEOUS
UNIT
PRICE
EXTENSION
63
TSJ-I0AF-12-4-10Q
TORO SJ, 12" Standard, 1.5" AquaFuse X 1" X 1" QC
50.34
3,171.42
63
HF82201
Harco QCV Anchor, 3/4", 1"
20.00
1,260.00
SUB TOTAL
i 4,431.42
QTY
PART #
DESCRIPTIONS - FLOWTRONEX PUMP STATION
UNIT
PRICE
EXTENSION
1
VTVE-1-60X2/5STV-
460-3-1200-120
WATERTRONICS VTVE Pump Station; 1200gpm @ 120psi, (2) 60HP w/
5HP PM Pump, 460V, 3 Phase. Includes SBS-24 Box Screen; QU#
1202208081336Q2 (Does not include crane work)
1 224,241.00
1 224,241.00
SUB TOTALI
224,241.00
River Oaks GC - City of Cottage Grove, MN Page 3 of 4 8/15/2022
QTY
PART #
DESCRIPTIONS - SPARE, REPAIR PARTS & TOOLS
TO BE SHIPPED AT THE END OF THE PROJECT
UNIT
PRICE
EXTENSION
2
995-100
1" & 1-1/2" Golf Body Snap Ring Pliers
50.14
100.28
2
995-08
1" Golf Body Valve Removal Tool
48.75
97.50
2
995-15
Valve Selector Tool
3.32
6.64
2
118-1844
1" Infinity Golf Body Valve Insertion Tool
19.37
38.74
2
995-83
Utility (Multi -purpose) Head Tool
15.63
31.26
2
995-102
Riser Hold Up Tool, Universal
8.19
16.38
2
995-105
DT/800S 5/16" Nut Driver For Intermediate Nozzle
15.86
31.72
2
995-99
DT/800S 5/8" Nut Driver For Main Nozzle
25.93
51.86
2
T043-006
2" Operating Wrench, Five Foot
73.88
147.76
2
AFBVK
AquaFuse Telescoping Ball Valve Key, 19" - 30"
191.70
383.40
2
AF360000905
12" EF Coupling for Repairs
292.95
585.90
2
AF360000902
10" EF Coupling for Repairs
189.45
378.90
2
AF360000944
8" EF Coupling for Repairs
99.27
198.54
2
AF360000939
6" EF Coupling for Repairs
70.10
140.20
2
AF360000936
4" EF Coupling for Repairs
28.64
57.28
2
AF360000933
3" EF Coupling for Repairs
18.05
36.10
2
AF360000920
2" EF Coupling for Repairs
9.31
18.62
SUB TOTAL
2,321.08
This is a material quotation only! This quote may not represent actual
quantities needed for the project. The purchaser of the product must
supply MTI Distributing with their list of materials to be delivered.
SUMMARY
MATERIAL TOTAL
TOTAL
AQUAFUSE COMPLETE PACAKGE DISCOUNT
MN SALES TAX (6.875%)
GRAND TOTAL
PAYMENT TERMS
This Quote reflects pricing for complete package purchases only.
AQUAFUSE COMPLETE PACKAGE DISCOUNT will be applied to the
order for the pipe, valves, and fittings quoted and may be adjusted for
smaller order quantities. Prices may be higher for less than complete
material package purchases. Pricing is subject to change without
notice.
895,019.94
895,019.94
(15,000.00)
60,501.37
940,521.31
NET 60 DAYS
River Oaks GC - City of Cottage Grove, MN Page 4 of 4 8/15/2022
Count on it.
Ij I S T R 1 13 U T I N 13•
at�ii�i►�.taiuu�,t,ia�i►+at,fa
MTI DISTRIBUTING, INC.
4830 AZELIA AVE. N., STE 100
BROOKLYN CENTER, MN 55429
PHONE (763)-592-5600
FAX (763)-592-6600
RIVER OAKS GOLF COURSE (Omnia #5254506)
TORO IRRIGATION SYSTEM
Material Quotation May 24, 2022
EXHIBIT "A"
QTY
PART #
DESCRIPTIONS - CONTROLLERS
UNIT
PRICE
EXTENSION
1
NSN-ESSENT-31N1-L
TORO NSN 3 Year Support Package ADD -ON (includes: 24hr support,
emergency paging, ext. warranty, free software packs, 24hr hardware
replacement)
5,580.00
5,580.00
4
G4-32P6R4
TORO OSMAC G3 32 Sta. w/Lg. Trm Blk, Swts & Gold Surge NB
3,893.74
15,574,96
10
G4-48P6R4
TORO OSMAC G3 48 Sta. w/Lg. Trm Blk, Swts & Gold Surge NB
4,779.00
47,790.00
5
G4-64P6R4
TORO OSMAC G3 64 Sta. w/Lg. Trm Blk, Swts & Gold Surge NB
5,665.61
28,328.05
1
RIU-01
TORO Radio Base Station, Single Radio (OSMAC)
6,248.81
6,248.81
SUB TOTALj
j 103,521.82
QTY
PART #
DESCRIPTIONS - SPRINKLERS
UNIT
PRICE
EXTENSION
627
INF34-358-2
TORO INFINITY, 1" Body, FC, 35Noz, 80#, SG, Green & Tee Sprinkler
197.10
123,581.70
174
INF35-368-2
TORO INFINITY, 1" Body, PC, 36Noz, 80#, SG, Green & Tee Sprinkler
215.33
37,467.42
50
INF35-368-2
TORO INFINITY, 1" Body, PC, 36Noz, 80#, SG, Green & Tee Sprinkler
Contingiency
215.33
10,766.50
SUB TOTALI
1 171,815.62
QTY
PART #
DESCRIPTIONS - QC VALVES, MISCELLANEOUS
UNIT
PRICE
EXTENSION
61
474-00
TORO 1" Quick Coupler Valve w/ SS Cover
39.83
2,429.63
25
474-00
TORO 1" Quick Coupler Valve w/ SS Cover Contingiency
39.83
995.75
10
464-01
TORO 1" Quick Coupler Key
41.51
415.10
10
477-02
TORO 1"xl" Hose Swivel
34.43
344.30
SUB TOTAL
4,184.78
This is a material quotation only! This quote may not represent actual
quantities needed for the project. The purchaser of the product must
supply MTI Distributing with their list of materials to be delivered.
SUMMARY
MATERIAL TOTAL
TOTAL
MN SALES TAX (6.875%)
GRAND TOTAL
PAYMENT TERMS
This Quote reflects pricing for complete package purchases only.
Prices may be higher for less than complete material package
purchases. Pricing is subject to change without notice.
279,522.22
279,522.22
19,217.15
298,739.37
NET 30 DAYS
River Oaks GC - City of Cottage Grove, MN Page 1 of 1
5/24/2022